Loading...
HomeMy WebLinkAboutBack-Up DocumentsSevenson DEnvironmental Services, r� . April 24, 2020 City of Miami Robert Fenton Construction Manager Regarding: Design -build Services for the Wagner Creek/Seybold Canal Restoration Project — Project B-50643 Scope and Budget for Sediment Removal Under Bridges and Inside Culverts Dear Mr. Fenton, Sevenson performed its contractual obligations during Phase I of the work and completed in June 2018. However, Sevenson's scope of work did not include dredging under bridges and in culverts along Wagner Creek. Below you will find a detailed scope of work for the proposed dredging specific to Operable Sections 1 through 5 (OS 1-5) using diver assisted hydraulic dredging. The attached scope of work, schedule, and estimate is DRAFT. The Contractors Work Plan is under development and still pending input from WASD and DERM. Permit conditions provided by WASD and DER may change the scope of work and approach. Sevenson reserves the right to modify the costs attached once the final permit conditions are known from the two agencies. SCOPE OF WORK Bid Item Description Description Mobilization and Demobilization • Performance and Payment Bond • Samples collected from four locations in Wagner Creek to Perform Treatability Study for polymer selection • Samples will be collected by AECOM and shipped to Sevenson treatability lab in Niagara Falls, NY • Samples will be tested at different dosage rates of polymers to determine optimum dosage rate • Samples will also be sieved to determine the percent of the sediment that will pass the No. 200 sieve • Two samples collected at the OS1 and 0S2 interface. Samples analyzed for Dioxions to determine the disposal location (e.g. High TEQ or Low TEQ • One day pre -construction meeting attended by Sevenson and AECOM Representatives • Computer modeling of sewer lines and discharge of WWTP into the sewer lines per WASD • Development of lease agreements with third party attorney • Impact analysis of the discharge to the sewer lines to support permit. • Mobilization of equipment to perform the dredge work (pumps, booster pump, pipeline, water treatment plant) • Mobilization of equipment to perform amending operations • Mobilization of diver dredge equipment • Mobilization of site trailers (2 trailers to M and E Seafood located on the Seybold Canal) • Mobilization of the waste water treatment plant components and setting it up • Temporary power drop at M and E Seafood property • Office supplies and equipment • Before dredge surveys by third party of culvert and bridge dredge areas • A one call utility locator will be used at each dredge location • Verify that the dredge location is safe to excavate using diver dredge approach • Move barges that hold the pumps around structures when moving from one OS to another • Move pumps around structures when moving from one OS to another • Move dredge pipelines between OS's when moving from one OS to another • Move work boat around structures and between Os when moving from one OS to another • Requires crane to lift equipment in and out of the water when moving from one OS to another • Assumes 7 moves, each taking 6 hours when moving from one OS to another • Move WWTP from OS1 to 0S5 once the pumping becomes difficult • Break down WWTP at OS1 • Rebuild WWTP at south end of 0S5 • Closeout lease agreements with third party attorney • Demobilization of equipment to perform the dredge work (pumps, booster pump, pipeline, water treatment plant) • Demobilization of equipment to perform amending operations • Demobilization of diver dredge equipment • Demobilization of site trailers (2 trailers to M and E Seafood located on the Seybold Canal) • Demobilization of the waste water treatment plant components and setting it up • Remove temporary power drop at M and E Seafood property • After dredge surveys by third party of culvert and bridge dredge areas • Restoration of areas accessed by Sevenson • Restoration nearshore locations • Restoration most likely concrete sidewalk repairs and grass sod replacement • Malor staging area restoration performed under separate tasks Site Preparation for Laydown Areas • Install geotextiles, impermeable liner, crushed gravel to make the containment pads water tight (3 locations) • Install perimeter fencing and a gate at each OS as needed • Removal of the pads once the project is complete • Restoration of the areas to the owners satisfaction • Observe for manatees prior to installation of gates • Install concrete blocks with fencing sections an manatee gate locations • Arrange fence sections so manatees cannot access work area • Move fencing for each operational section as work progresses Planning and Design • One set of drawings showing the dredge locations in plan view and typical cross sections at each dredge locations. • Drawing set stamped and signed by the professional engineer licensed in the state of Florida. • One submittal to DERM • Respond to DERMs comments and re -submit for approval • Development of the manatee protection plan similar to Phase I work • One submittal to DERM • Respond to DERMs comments and re -submit for approval Contract Administration and Public Outreach • Sevenson and AECOM representatives attend weekly meetings • Prepare weekly minutes • Prepare action items • Angie Brewer will perform funding management, program coordination, funding reconciliation, review pay estimates, project closeout • The Sharpton Group will provide financial compliance and review services related to invoices • Planning, preparation and implementing one public meeting for all of the operational sections (OS1 through 0S5) • Public notification as needed one time prior to the one public meeting • Attendance by Sevenson and their consultant at the public meeting to answer the questions • Preparation of a presentation and informational boards for the one public meeting Inspection for Turbidity, Manatees and Surveys • One manatee observer every day work is performed • Third party verify water depths and removal elevations • Divers will assist with this operation as needed • Turbidity data collection and reporting every four hours • Turbidity data transmittal to DERM Management of Traffic (MOT) • Development of MOTs for 5 locations where traffic may need to be re-routed to allow access to the work • MOTs will be for short durations when moving from one dredge area to the next • MOT approvals will be with City of Miami, FDOT, and Miami Dade County Dredging Operations, Dewatering, and Stabilization • Diver assisted dredging — 4 to 5 man crew to maintain production • One or two booster pumps to pump the sediments from the dredge area to the dewatering area with spares • Maintenance and operation of a 400 GPM waste water pre-treatment system o 5 roll of containers to stage geotextile tubes o Polymer injection system o Two 18,000 tanks for water staging and equalization o Granular activated carbon tank o Multimedia filter tank system o Bag filter system o Components and layout are shown in the Construction Wok Plan o Pump to discharge to County sewer system • Transfer roll offs with geotextile tubes to M and E Seafood lot for amending • Amend geotextile tubes with Portland cement • Work is for 12 hours a day, 6 days a week • Portland cement purchase in super sacks • Silt dam custom, high flow silt curtains 50 foot section, 10 feet tall with reefing lines • 500 LF of curtains total purchased in 50 foot section, 10 total sections • Installation, maintenance and removal of curtains Water Treatment and Sediment Disposal Standby for Weather, Sample Results, Etc. Project Management Oversight and Facilities • Moving curtain between each OS as work progresses • • Flow meter readings for discharge to the County's water treatment system • Flow meter provided by the County • Payment based on 1,000 gallon units • Disposal based on 2.6M gallons of water to the County • Analytical testing for disposal of effluent water • Manifesting, transportation and disposal of low TEQ, amended sediments at Waste Management Landfill in Okeechobee, FL • Manifesting, transportation and disposal of high TEQ, amended sediments at Waste Management Landfill in Emelle, Alabama • Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay • Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay • Rate is for diver crew, equipment, WWTP equipment, WWTP operations, amending crew and equipment • Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay • Rate is for Sevenson project management staff • Sevenson project management team oversight O 1 Project Manager O 1 Superintendent O 1 Foreman O 1 Health and Safety/QC Engineer/Turbdity • Per diem, travel and living expenses for PM staff and key operator • Holiday pay for SES PM staff • Property renal/access agreements for Curtis Battery • Property renal/access agreements for M and E Seafood • Property renal/access agreements for Sewer Authority 0S5 • Property renal/access agreements for Christie House • Property renal/access agreements for Acess to area around hospitals • Note that this is a reduced staff when compared to the specification requirements and work performed in Phase I Work is for 12 hours a day, 6 days a week SCHEDULE The anticipated schedule is shown below for the sediment removal under bridges and inside culverts of Wagner Creek. The schedule accounts for major holiday shutdowns. Duration Finish Mobilization 24 days Mon 6/15/20 Mon 7/13/20 Dredge Operations/Dewatering/Disposal 113 days Tue 7/14/20 Sat 11/28/20 Demobilization 18 days Mon 11/30/20 Sat 12/19/20 TOTAL COST ESTIMATE The total cost for the design -build services for the Wagner Creek/Seybold Canal Restoration Project as described above is $7,062,800. Sincerely Yours, SEVENSON ENVIRONMENTAL SERVICES, INC. Timothy M. Donegan Corporate Project Manager Sevenson Environmental Services Sediment Removal under Bridges/Culverts, Water Treatment, and Waste Management Services Wagner Creek/Seybold Canal Restoration Project April 16, 2020 Task Description Qty Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 1,365,000 $ 1,365,000 2 Site Preperations for Laydown Areas 1 LS $ 275,000 $ 275,000 3 Planning and Design 1 LS $ 310,000 $ 310,000 4 Contract Administration and Public Outreach 1 LS $ 382,000 $ 382,000 5 Inspection for Turbdity and Manatees and Surveys 1 LS $ 462,000 $ 462,000 6 Dredging Operations Dewatering and Stabilization 1 LS $ 2,011,360 $ 2,011,360 7 Water Treatment and Sediment Disposal 1 LS $ 1,204,440 $ 1,204,440 8 Standby for Weather, Sample Results, Etc. 20 Day $ 21,400 $ 428,000 9 Project Oversight 25 WK $ 25,000 $ 625,000 Total Cost: $ 7,062,800 CH2M HILL Constructors, Inc. Oversight/Inspection of Dredging Activities and Post -Dredge Services Wagner Creek/Seybold Canal Restoration Project April 16, 2020 Task Description Qty Unit Cost Total 1 Construction Oversight of Dredging Activities in Wagner Creek (OS-1 to OS-5) 1 LS $ 465,621 $ 465,621 2 Post -dredge Surface Water Sampling in Wagner Creek and Reporting 1 LS $ 23,855 $ 23,855 3 Sediment Sampling in Seybold Canal and Risk Assessment Revisions 1 LS $ 45,487 $ 45,487 4 Designing and Permitting of Embankment Stabilization in OS-1 (Wagner Creek) 1 LS $ 39,000 $ 39,000 5 Engineering Management and Support 1 LS $ 80,187 $ 80,187 Total Cost: $ 654,150 FLORIDA DEPARTMENT OF Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, FL 32399 May 6, 2020 Mr. Emilio T. Gonzalez City Manager City of Miami 444 Southwest 2nd Avenue, loth Floor Miami, Florida 33130 Re: SW132000 — Miami Stormwater Best Management Practices Dear Mr. Gonzalez: Attached is a copy of proposed Amendment 3 to the City's State Revolving Fund loan agreement. The amendment provides the City additional time to complete design and construction activities. Ron DeSantls Governor Jeanette NuFiea Lt. Governor Noah Valensteln Secretary Please have the appropriate officials sign and seal two copies, and return them to us within three weeks at 3900 Commonwealth Boulevard, MS 3505, Tallahassee, Florida, 32399-3000. We will sign the documents and mail a fully executed original to you. If you have any questions about this amendment, please call Amber Douglas at (850)245-2915. Sincerely, c4120- Angela Knecht, Program Administrator State Revolving Fund Management AK/ad Attachment cc: Kristin LaCross — Angie Brewer & Associates, LC Steven C. Williamson — City of Miami STATE REVOLVING FUND AMENDMENT 3 TO LOAN AGREEMENT SW132000 CITY OF MIAMI This amendment is executed by the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (Department) and the CITY OF MIAMI, FLORIDA, (Local Government) existing as a local governmental entity under the laws of the State of Florida. Collectively, the Department and the Local Government shall be referred to as "Parties" or individually as "Party". The Department and the Local Government entered into a State Revolving Fund Loan Agreement, Number SW132000, as amended; and Loan repayment activities need rescheduling to give the Local Government additional time to complete design and construction; and Certain provisions of the Agreement need revision and provisions need to be added to the Agreement. The Parties hereto agree as follows: 1. Section 1.01 of the Agreement is amended to include the following definition: "Final Unilateral Amendment" shall mean the Loan Agreement unilaterally finalized by the Department after Loan Agreement and Project abandonment under Section 8.06 that establishes the final amortization schedule for the Loan. 2. Section 8.06 of the Agreement is deleted and replaced as follows: 8.06. ABANDONMENT, TERMINATION OR VOLUNTARY CANCELLATION. Failure of the Local Government to actively prosecute or avail itself of this Loan (including e.g. described in para 1 and 2 below) shall constitute its abrogation and abandonment of the rights hereunder, and the Department may then, upon written notification to the Local Government, suspend or terminate this Agreement. (1) Failure of the Local Government to draw Loan proceeds within eighteen months after the effective date of this Agreement, or by the date set in Section 10.07 to establish the Loan Debt Service Account, whichever date occurs first. (2) Failure of the Local Government, after the initial Loan draw, to draw any funds under the Loan Agreement for twenty-four months, without approved justification or demonstrable progress on the Project. Upon a determination of abandonment by the Department, the Loan will be suspended, and the Department will implement administrative close out procedures (in lieu of those in 1 Section 4.07) and provide written notification of Final Unilateral Amendment to the Local Government. In the event that following the execution of this Agreement, the Local Government decides not to proceed with this Loan, this Agreement can be cancelled by the Local Government, without penalty, if no funds have been disbursed. 3. Unless repayment is further deferred by amendment of the Agreement, Semiannual Loan Payments as set forth in Section 10.05 shall be received by the Department beginning on August 15, 2021, and semiannually thereafter on February 15 and August 15 of each year until all amounts due under the Agreement have been fully paid. 4. The items scheduled under Section 10.07 of the Agreement are rescheduled as follows: (2) Completion of Project design and construction is scheduled for February 15, 2021. (3) Establish the Loan Debt Service Account and begin Monthly Loan Deposits no later than February 15, 2021. (4) The date for the certification required under Subsection 2.01(10) of the Agreement is hereby revised. The initial annual certification shall be submitted no later than May 15, 2021. Thereafter, the annual certification shall be submitted no later than September 30 of each year until the final Semiannual Loan Repayment is made. (5) The first Semiannual Loan Payment in the amount of $571,552 shall be due August 15, 2021. 5. All other terms and provisions of the Loan Agreement shall remain in effect. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 2 This Amendment 3 to Loan Agreement SW132000 may be executed in two or more counterparts, any of which shall be regarded as an original and all of which constitute but one and the same instrument. The parties shall be entitled to sign and transmit an electronic signature of the Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. IN WITNESS WHEREOF, the Department has caused this amendment to the Loan Agreement to be executed on its behalf by the Secretary or Designee and the Local Government has caused this amendment to be executed on its behalf by its Authorized Representative and by its affixed seal_ The effective date of this amendment shall be as set forth below by the Department. Todd B. for CIT ' OF MIAMI thur Attest: , City Clerk Approved as to Insurance Requirements: 4SYae Anne -Marie Sharpe, Director, Risk Management Department iega V, City Manager Approved as to form and legal sufficiency: !/ Gr/r iZf�-f ly L i'f"GM;f. ey'6,4 Victo a Mendez,. City Attorney Approved as to Loan Documents: Sandra Bridgeman, Chief Financial Officer and Assistant City lVnager Erica Paschal, ('inance Director for STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Secretary or Designee 3 Date Carlos A. Gimenez, Mayor August 22, 2014 City of Miami c/o/ Daniel Alfonso, City Manager 2540 South Bayshore Drive Coconut Grove, Florida 33133 Department of Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court, 6th Floor Miami, Florida 33136-3912 T 305-372 6567 F 305-372-6407 miamidade.gov CERTIFIED MAIL NO. 7004 0750 0001 9159 1816 RETURN RECEIPT REQUESTED Re: Miami -Dade County Class I Permit 2008-CLI-PER-0248: City of Miami — Maintenance Dredging located at Wagner Creek and Seybold Canal, Miami, Miami -Dade County, Florida. Dear Mr. Alfonso: The Department of Regulatory and Economic Resources, Division of Environmental Resources Management (DERM) has reviewed your request to extend the above referenced permit, which is scheduled to expire on January 14, 2015. Because there has been no substantial change in the environment at the location of the work authorized by the Class I Permit and pursuant to Section 24-48.9(2), of the Code of Miami -Dade County, the Department hereby grants an extension of time to perform the work until January 14, 2017. Please note that this letter must be attached to the original permit 2008-CLI-PER-00248 as evidence of this permit extension. The entire permit shall be kept on -site during any construction work. Should you have further questions or need additional information, please contact me at (305) 372-6549 or via email at hoppsc@miamidade.gov. Sincerely, Chrissy Hopps, ERPS Coastal and Wetlands Resources Section cc: Jose Lago, City of Miami Daniel Dietch, CH2M HILL Carlos A. Gimenez, Mayor December 7, 2012 City of Miami c/o Johnny Martinez, Manager 444 SW 2 Avenue Miami, Florida 33130 Department of Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court, 6th Floor Miami, Florida 33136-3912 T 305-372-6567 F 305-372-6407 miamidade.gov CERTIFIED MAIL NO. 7004 0750 0001 9159 7566 RETURN RECEIPT REQUESTED Re: Miami -Dade County Class I Permit 2008-CLI-PER-00248: City of Miami — Maintenance Dredging located at Wagner Creek and Seybold Canal, Miami, Miami -Dade County, Florida. Dear Mr. Martinez: The Department of Regulatory and Economic Resources (RER) has reviewed your request to extend the above referenced permit, which is scheduled to expire on January 14, 2013. Because there has been no substantial change in the environment at the location of the work authorized by the Class I Permit and pursuant to Section 24-48.9(2), of the code of Miami -Dade County, the Department hereby grants an extension of time to perform the work until January 14, 2015. Please note that this letter must be attached to the original permit 2008-CLI-PER-00248 as evidence of this permit extension from RER. The entire permit shall be kept on -site during any construction work. Should you have further questions or need additional information, please contact Chrissy Hopps, ERPS, Coastal and Wetlands Resources Section at (305) 372-6549 or via email at hoppsc@miamidade.gov. Sincerely, rJ Chrissy Hopps, ERPS Coastal Resources Section cc: Jose Lago 25 di)/eri g Est 2 3 ay MIAMI•DIAD COUNTY Department of Environmental Resources Managemer Coastal Resources Sectio 701 NW 1st Court, Suite 40 Miami, FL 33136-391 305-372-657 Class I Construction Permit Permit Number: 2008-CLI-PER-00248 DERM Project Manager: Chrissy Hopps Issue Date: Expiration Date: 01/14/2011 01/14/2013 Permittee City of Miami c/o Tony E. Crapp Jr., City Manager 444 S.W. 2nd Avenue Miami, FL 33130 Contractor To Be Determined Bond/BBEETF Engineer Performance Bond: N/A Michael D. Halil, P.E. #58049 Mitigation Bond: N/A 904-777-4812 BBEETF Contribution: N/A THE ABOVE NAMED PERMITTEE IS HEREBY AUTHORIZED TO PERFORM THE WORK SHOWN ON THE APPLICATION AND APPROVED DRAWINGS, PLANS, AND OTHER DOCUMENTS ATTACHED HERETO OR ON FILE WITH THE DEPARTMENT AND MADE PART HEREOF, SUBJECT TO THE ATTACHED GENERAL AND SPECIAL CONDITIONS. Plans Entitled: MAP SHOWING A HYDROGRAPHIC & TOPOGRAPHIC SURVEY OF: WAGNER CREEK & SEYBOLD CANAL DADE COUNTY, FLORIDA FOR: CH2MHILL DADE COUNTY, FLORIDA WAGNER CREEK & SEYBOLD CANAL MIAMI, FLORIDA Date Signed and Sealed: 12/16/2010 Project Location: Wagner Creek and Seybold Canal, Miami, Florida Project Description: 1/14/2011 3:06PM Maintenance dredging of 46,041 cubic yards of sediment within Wagner Creek and Seybold Canal to be completed as follows: Operational Section 1 (between Operational Section 2 (between Operational Section 3 (between Operational Section 4 (between Operational Section 5 (between Operational Section 6 (between NW 20th Street and NW 14th Avenue) NW 14th Avenue and NW 15th Street) NW 15th Street and NW 14th Street) NW 14th Street and S.R. 836) S.R. 836 and NW 11th Street) NW 11th Street and the Miami River) Attachment A: Manatee Protection Plan THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 2008-CLI-PER-00248 Page: 1 of 9 Specific Conditions 1. The work authorized by this permit shall not commence until the name, address, telephone number, and license number of the contractor who will be performing the work has been submitted and written acceptance of the contractor by The DERM Coastal Resources Section Compliance and Enforcement Group has been issued. 2. A pre -work conference shall be held between the Contractor, a representative of the permittee, and DERM prior to the commencement of work under this permit. Said conference shall be requested a minimum of 14 business days prior to the commencement of work. Please contact the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 to schedule said pre -work conference. 3. The contractor shall provide notice to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 a minimum of 14 business days prior to the installation of the manatee barriers. All work associated with the barrier installation, monitoring, and maintenance shall be consistent with the DERM- approved Wagner Creek Seybold Canal Manatee Protection Plan (Attachment A). Any proposed deviation from said plan shall be submitted in writing, reviewed, and approved by the DERM Coastal Resources Section Compliance and Enforcement Group prior to the start of work. 4. The contractor shall request an inspection by DERM within 24 hours of installation of any manatee barrier, and shall take any corrective measures necessary as determined by DERM staff. The manatee barriers must be approved by The DERM Coastal Resources Section Compliance and Enforcement Group prior to the commencement of dredging activities. 5. The contractor shall provide a minimum of 2 business days and a maximum of 5 business days notice to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 prior to the commencement of dredging activities. 6. Prior to the commencement of dredging at each Operational Section, plans signed and sealed by a Florida P.E. depicting canal banks, bulkheads, and structures located adjacent to the dredge area shall be submitted to the Coastal Resources Section Compliance and Enforcement Group of DERM. The permittee and the contractor are responsible for ensuring that the dredging will not compromise the structural integrity of any canal bank, bulkhead, or other structures within the project area. 7. Prior to the commencement of dredging at each Operational Section, the contractor shall provide a methodology for the work, including the specific types of equipment to be used, identifying staging areas for all equipment, outlining a proposed timeline for the completion of work, and a contingency plan in the event any structures within or adjacent to the project area fail as a direct or indirect result of dredge operations. The methodologies are required to be reviewed and approved by the DERM Coastal Resources Section Compliance and Enforcement Group prior to the commencement of dredging. 8. The extent and components of the required water quality monitoring will be dependent on the equipment utilized for the project, the type and extent of contamination in the sediments, the methods of removal and handling of the dredge spoil, and the potential for downstream effects from the dredging activities. Prior to the commencement of any dredging activities, the contractor shall submit a Water Quality Monitoring Plan which shall be developed in consideration of the methods and equipment being employed. The monitoring plan shall be specific to each Operational Section of the project, and specify required sampling locations, parameters to be sampled, and sampling frequencies. The Plan shall be reviewed and approved by the DERM Coastal Resources Section's Compliance and Enforcement Group and the Pollution Control Division prior to initiation of any dredging activity. 9. Surface water samples shall be collected on a quarterly basis for a minimum of one year subsequent to the completion of dredging activities. The first sampling event shall be completed within thirty days after completion of dredging. A Post Dredge Surface Water sampling plan which shall include a representative number of sampling locations shall be submitted to DERM for review and approval prior to implementation. Work authorized by this permit may not commence until the post -dredge sampling plan has received written approval from the DERM Pollution Control Division. 1/4/2011 3:06 PM THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 2008-CLI-PER-00248 Page: 2 of 8 10. In areas where access limitations preclude the removal of contaminated sediments, an engineering control shall be implemented subsequent to dredging to prevent or minimize the potential residual risk and contaminant leaching. The engineering control plan shall be submitted to the DERM Pollution Control Division, and the Coastal Resources Section Compliance and Enforcement Group for review and approval prior to implementation. 11. Prior to installation of the "air curtain", the contractor shall submit a methodology for installation and maintenance of the "air curtain". Said methodology shall also include information on the method for securing the curtain in the proposed location, and any equipment required for installation. 12. The mouth of Seybold Canal shall be monitored for manatees prior to and during the installation and operation of the "air curtain". All monitoring shall occur in accordance with the requirements of Attachment A. If any aberrant or unusual manatee behavior in the vicinity of the "air curtain" is noted, or if the "air curtain" appears to serve as an attractant to manatees, or produces a situation in which there is an increased risk of manatee impact from the Seybold Canal dredge operation or boat/manatee collisions in the vicinity of the "air curtain" location, the "air curtain" will be removed and additional turbidity control measures will be implemented. 13. All work associated with maintenance dredging, including the dredge spoil handling, storage and disposal site, shall strictly conform to the Corrective Action Plan (CAP) approved by DERM on October 16, 2009, herein incorporated by reference. Any deviation from the CAP shall be submitted in writing, reviewed, and approved by the DERM Pollution Control Division, and the Coastal Resources Section Compliance and Enforcement Group prior to implementation. 14. All water and dredge spoil associated with the dredging shall be disposed of in accordance with all Federal, State, and local regulations, and the CAP approved by DERM on October 16, 2009. 15. Prior to the commencement of dredging, the contractor/permittee shall provide written approval to the Coastal Resources Section Compliance and Enforcement Group of DERM from a permitted wastewater treatment plant, indicating that their facility will accept the residual water (e.g. free dredge water, dredge run-off, collected water) associated with the dredging of Wagner Creek and Seybold Canal. There shall be no dewatering of the dredged material. 16. All reports or notices relating to this permit shall be sent to DERM Coastal Resources Section Compliance and Enforcement Group at 701 NW 1st Court, 6th Floor, Miami, FL 33136. 17. "Hotspot" areas for the purposes of sediment removal, management, and disposal shall be defined as the entire vertical column within an area extending, in both directions, from a sampling location with dioxin concentration above 1 parts per billion (ppb) to the nearest sample location with dioxin concentration at or below the 1 ppb threshold. Sediments removed from "hotspot" areas shall be processed and managed for disposal at an approved landfill outside the state of Florida (e.g. Emelle, Alabama). 18. The contractor shall be responsible for notifying the DERM Pollution Control Division at (305) 372-6700, the Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575, and the City of Miami, within 24 hours of any pollutant spill or operational failure associated with the project. 19. This permit does not authorize any work other than maintenance dredging. Any additional work in, on, over, or upon tidal waters that may be necessary as a direct or indirect result of the dredge operations will require a Class I permit prior to commencement of said work. A Class 1 permit application is required to be signed by the fee simple property owner(s) of the location where the work will occur. 20. The permittee shall submit drawings (as-builts) signed and sealed by a Florida professional engineer of the post - dredge conditions to the DERM Coastal Resources Section Compliance and Enforcement Group within thirty (30) days of completion of each Operational Section. The drawings shall be in a format that will facilitate a direct comparison of the permitted activities and the work that was performed. 21. This permit specifically prohibits any non -maintenance dredging (i.e. removal of previously undredged limerock substrate). There shall be no use of equipment to break up the limestone substrate under the accumulated silt and sediment. Failure to comply with this condition shall result in enforcement action by the Department. In addition, the contractor and permittee shall be required to obtain all required Federal, State and local authorizations for non -maintenance dredging activities or restore the affected area within 60 days of DERM's THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008-CLI-PER-00248 Page: 3 of 8 determination that non -maintenance dredging has occurred. 22. Florida Administrative Code 62-302.300 for Outstanding Florida Waters and Miami -Dade County water quality standards as stipulated in Chapter 24-42(4) of the Code shall be met during dredging activities within the Biscayne Bay Aquatic Preserve (i.e. Seybold Canal). 23. Turbidity curtains shall completely enclose the work area and shall not be removed until turbidity levels within the enclosed area return to background levels. This permit authorizes the use of an "air curtain" turbidity control method to be used in conjunction with turbidity curtains as specified in Attachment A. If it is determined that the "air curtain" device does not achieve the turbidity control results expected, it will be removed, and alternate turbidity control measures will be implemented. 24. Turbidity shall be monitored twice a day, four (4) hours apart, during construction operations or whenever a turbidity plume is visible outside the area defined by turbidity control mechanisms. Turbidity shall be monitored both at the background and compliance locations and shall be measured and reported in Nephetometric Turbidity Units (NTU). 25. Turbidity may not exceed zero (0) NTU above background beyond the work area defined by the turbidity curtains within the Seybold Canal, and may not exceed twenty-nine (29) NTU above background beyond the work area defined by the turbidity curtains within Wagner Creek. If the turbidity levels exceed the above -referenced limits outside the work areas defined by the turbidity curtains, the following measures shall be taken: a) All work shall cease immediately. Operations shall not resume until corrective measures have been taken and turbidity levels have returned to background levels. b) The incident shall be immediately reported to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 and documented in the logs and reports. When the allowable turbidity levels are exceeded at the edge of the mixing zone (as defined by the area within the turbidity curtain), additional compliance sampling shall be conducted. c) The contractor shall modify any work procedures that caused the violation, install additional turbidity containment devices, and repair or replace any non functioning turbidity containment devices. All turbidity curtains shall remain in place until turbidity within the curtains subsides. 26. The background location shall be 100 feet up -current from the project location, outside of any visible turbidity plume, taken at mid -depth. 27. The compliance location shall be immediately outside of the turbidity curtains surrounding the project, within the densest portion of any visible plume, taken at mid -depth. 28. Turbidity monitoring equipment and personnel trained to use said equipment shall be available onsite at all times during work that could generate turbidity. The contractor shall monitor turbidity levels in accordance with the criteria outlined in the specific conditions of this permit. 29. A summary of turbidity monitoring data shall be submitted to the Coastal Resources Section Compliance and Enforcement Group of DERM within one week of analysis with documents containing the following information: (1) permit number; (2) dates and times of sampling and analysis; (3) depth of water body; (4) depth of sample; (5) weather conditions; (6) direction of flow; (7) wind direction and velocity; (8) a statement describing the methods used in collection and analysis of the samples; (9) a map indicating the sampling locations; (10) a statement by the individual responsible for implementation of the sampling program concerning the authenticity, precision, limits of detection and accuracy of the data. 30. The contractor must contact the DERM Coastal Resources Section Compliance and Enforcement Group a minimum of 48 hours (2 business days) prior to the removal of any dredged material from the site. Removal of the material from the site prior to DERM's inspection shall constitute a violation of this permit and may result in enforcement action by the Department. 31. The contractor shall maintain all receipts/manifests for the disposal of the dredged material. Said documents shall be provided to DERM within 30 days of the completion of the dredging. 1/4/2011 3:06 PM THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 2008-CLI-PER-00248 Page: 4 of 8 32. In the event that any items or features of potential archaeological or historic significance are encountered during the course of this project, the contractor shall immediately cease and desist from further work and notify the Miami -Dade County Office of Historic Preservation (OHP) at (305) 375-4958. Work shall not resume until the find(s) are assessed by the OHP, and the OHP provides a written notice to proceed. The contractor and permittee shall allow representatives of the OHP to access the project area as necessary in order to conduct monitoring. 33. Since the Florida manatee occurs in the waters at and adjacent to the property, the permittee and contractor shall take measures to protect manatees during and after construction. Failure to comply with any of the below - listed measures may result in enforcement action by the Department. These measures shall include the following: a) All construction personnel shall be notified in writing of the possible presence of manatees in the area and the precautions that should be taken during the construction period. Copies of these written notifications shall be sent to DERM. b) All construction personnel shall be advised that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act of 1972, the Endangered Species Act of 1973, and the Florida Manatee Sanctuary Act of 1978. The permittee and contractor will be held jointly responsible for any manatee harmed, harassed, or killed as a result of the construction activities. c) Temporary signs concerning manatees shall be posted prior to and during all in -water construction. Only awareness signs that have already been approved by the FFWCC shall be used. Each vessel involved in the construction shall display in a prominent location, visible to the operator an 8 1/2" x 11" temporary placard reading, "Caution Manatee Habitat Idle Speed/No Wake". In the absence of a vessel the placard will be located prominently adjacent to the issued construction permit. A second temporary 30" x 24" placard reading, "Caution Boaters" will be posted in a location prominently visible to water related construction crews. d) Turbidity control related devices (e.g. curtains, siltation barriers, etc.) shall be made of material in which manatees cannot become entangled. Said devices shall be properly secured, regularly monitored to avoid manatee entrapment, and shall not block manatee entry to or exit from essential habitat. e) All vessels associated with the project shall operate at "no wake/idle" speeds at all times while in waters adjacent to the project. All vessels will follow routes of deep water whenever possible. f) All in -water construction activities shall cease upon the sighting of a manatee(s) within 50 feet of the project area. Construction activities will not resume until the manatee(s) has departed the project area. g) Any collision with or injury to a manatee shall be reported immediately to the "Manatee Hotline" (1-888-404- FWCC) and to the U.S. Fish and Wildlife Service, Vero Beach Office (1-772-562-3909), and to DERM (305- 372-6575). h) The contractor shall maintain a log detailing sightings, collisions, or injuries to manatees should they occur during the contract period. Following project completion, a report summarizing the above incidents and sightings shall be submitted to the Florida Department of Environmental Protection (FDEP), Marine Research Institute Office of Protected Species Research, 620 S. Meridian St., Tallahassee, Florida 32399- 1600; to the U.S. Fish & Wildlife Service, 3100 University Blvd., Jacksonville, Florida 32216, and to DERM within 60 days of project completion. 34. At least one person shall be designated as a manatee observer when in -water work is being performed. That person shall have experience in manatee observation, and be equipped with polarized sunglasses to aid in observation. The manatee observer must be on -site during all in water construction activities and shall advise personnel to cease operation upon sighting a manatee within 50 feet of any in -water construction activity. Movement of a work barge, other associated vessels, or any in -water work shall not be performed after sunset, when the possibility of spotting a manatee is negligible. 1/4/2011 3:06 PM THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 2008-CLI-PER-00248 Page: 5 of 8 35. The Director of DERM has agreed to waive the performance bonding requirements for the subject project provided that the City of Miami provides written proof of holding said bond with the contractor who will perform the subject work. Same shall be provided in writing and approved by the Coastal Resources Section Compliance and Enforcement Group of DERM prior to the commencement of any work. 36. (See general conditions). THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008-CLI-PER-00248 Page: 6 of 8 General Permit Conditions 1. This permit must be kept onsite during all phases of construction. 2. All work shall be performed in accordance with the above referenced plans and in accordance with the attached specific and general permit conditions. If a General Condition(s) conflicts with a Specific Condition(s) in this permit document, the Specific Condition shall be the controlling condition for work authorized by this permit. 3. This permit only authorizes the work described in page 1 under PROPOSED WORK. Any additional work in, on, over or upon tidal waters or coastal wetlands at the property shall require additional Class I approval. 4. Any deviation from the approved plans for this project shall be submitted in writing to, and approved by DERM prior to the commencement of this project. The contractor and the permittee shall take whatever remedial action is necessary to bring the project into compliance with the permit and approved plans upon determination by DERM that the structure is not in compliance with such. 5. DERM shall be notified no later than forty-eight (48) hours and no earlier than five (5) days prior to the commencement of the work authorized by this permit, unless otherwise noted herein. The permittee and/or contractor may notify DERM by calling (305) 372-6575 or by submitting the attached Notice of Commencement of Construction via hand delivery, U.S. Mail, or facsimile at (305) 372-6479. 6. Prior to performing any work, the contractor shall verify the location of all underground and overhead utility lines and verify that no utilities will be damaged by the work. Contact Sunshine State One -Call of Florida at 1-800-432-4770 or on the web at http://www.callsunshine.com/corp/before/submitting.html for locating underground utility lines. 7. The permittee and the contractor are hereby advised that under Florida law, no person shall commence any excavation, filling, construction, or other activity involving the use of sovereign or other lands of the State, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund or the Florida Department of Environmental Protection (FDEP), until such person has received the required authorization for the proposed use from the Board of Trustees or FDEP. If such work is done without consent, or if a person otherwise damages state land or products of state land, the Board of Trustees may levy administrative fines of up to $10,000 per offense pursuant to the Florida Administrative Code. 8. The permittee and contractor shall obtain all required approvals from all local, state and federal agencies prior to performing the work authorized by this permit. 9. All work authorized by this permit shall be performed by the contractor and/or subcontractor holding an applicable certificate of competency and shall be licensed in Miami -Dade County to perform such work. Any work that is subcontracted shall require that the permittee and contractor (i.e. the contractor listed on this permit) notify the project manager at DERM at (305) 372-6575 or by facsimile at (305) 372-6479 a minimum of seventy-two hours prior to the subcontractor performing any work. Notification shall include the name of the subcontractor performing the work, the subcontractor's Miami -Dade County license number or state general contractor license number, and scope of work. 10. The contractor shall take all necessary precautions to prevent construction or demolition debris from falling into the water or adjacent wetlands. Any debris that falls into the water and/or adjacent wetlands shall be removed immediately. Construction and demolition debris shall be disposed of in accordance with all federal, state and local regulations. 11. Turbidity controls (such as, but not limited to, turbidity curtains) shall be implemented whenever visible plumes are present to ensure compliance with the water quality standards stipulated in Section 24-42(3), of the Code of Miami -Dade County. Turbidity controls shall be employed and maintained in the most effective manner possible to prevent turbidity from extending beyond the control mechanism in place. 12. Turbidity may not exceed twenty-nine (29) Nephelometric Turbidity Units (NTU's) above background beyond fifty (50) feet from the point of discharge. Turbidity levels shall be monitored continuously when turbidity plumes are visible beyond a fifty (50) foot radius of the point of discharge. If the turbidity levels exceed the above standard, all construction shall stop and additional turbidity controls shall be implemented. Work shall not resume until the contractor has implemented adequate turbidity control methods and has received authorization from DERM to recommence work. At THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008-CLI-PER-00248 Page: 7 of 8 DERM's discretion, turbidity samples may be required and shall be collected in accordance with Section 24-44.2(3), of the Code of Miami -Dade County, or as specified by DERM, and the results sent directly to the DERM Project Manager on a weekly basis. 13. If any work or activity associated with this project is to take place in navigable waters, the contractor shall instruct all personnel associated with the project of the potential presence of manatees and the need to avoid collision with manatees. All vessels associated with the project must operate at "Idle Speed/No Wake" at all times while in water where the draft of the vessel provides less than a four (4) foot clearance from the bottom. Additionally, all vessels will follow routes of deep water whenever possible. All in -water construction activities shall cease upon the sighting of a manatee(s) within fifty (50) feet of the project area and will not resume until the manatee(s) has departed the project area. Any collision with and/or injury to a manatee shall be reported immediately to the "Manatee Hotline" (1-888-404- FWCC), the U.S. Fish and Wildlife Service, Jacksonville Field Office (904) 791-2580, and DERM (305) 372-6854. 14. The contractor shall ensure that all vessels associated with the construction shall operate within waters of sufficient depth so as to preclude bottom scouring or prop dredging and shall maintain a minimum of one (1) foot of water between the vessel bottom and submerged aquatic resources. 15. The contractor shall ensure that there are no impacts to seagrass, hard corals, or soft corals as a result of construction operations, such as, but not limited to, propeller scouring; and vessel or barge anchoring, grounding or spudding. The marine contractor and permittee shall be held jointly liable for any of these unauthorized impacts. For any impacts caused by the construction operation, DERM shall require, at a minimum, restoration and mitigation. 16. For the purposes of this permit, "vessel" is herein defined as any craft designed to float or navigate on water, including but not limited to: sailboats, powerboats, rowboats, boats, ships, skiffs, houseboats, personal watercraft and inflatable boats. 17. Pursuant to Section 24-48.10, of the Code of Miami -Dade County, the work or structures authorized under this permit shall be privately maintained by the applicant, his successors and assigns. Whenever, in the opinion of the Director of the DERM, said work or structures are not maintained in such a manner so as to prevent deterioration to the extent that they become a hazard to the public or to navigation, or create an obstruction of flow, or prevent access for drainage maintenance purposes, or may damage adjacent property, then the owner is required to perform any necessary remedial work. 18. Unless otherwise authorized in this permit and pursuant to Section 24-48.24 of the Code of Miami -Dade County, the installation or construction of non -water -dependent fixed structures (i.e. covered structures, canopies, helicopter pads, commercial signs, etc.) is prohibited in, on, over or upon any of the tidal waters of Miami -Dade County and constitutes a violation of this permit. Failure to comply with this condition may subject the permittee to enforcement action without further warning. 19. The time allotted to complete the work for which this permit has been issued shall be limited to the period stipulated on the permit unless the permittee requests an extension of time from the Department in writing at least thirty (30) days prior to the date of permit expiration. Applications for extensions of time that are not timely filed pursuant to Section 24- 48.9(2)(b), of the Code of Miami -Dade County will be returned to the applicant. 20. An Application for Transfer of a Class I Permit may be filed with DERM at any time prior to the transfer of property ownership up to 120 days after the date of transfer of fee simple ownership of the property that is the subject of the permit. The Application for Transfer must be signed by both the transferee and transferor. Applications for Transfer shall be filed in the form prescribed by DERM and shall not be processed if the filed Application for Transfer is not fully complete in all respects pursuant to Section 24-48.18, of the Code of Miami -Dade County within 120 days of the date of transfer of property ownership. 21. If the project involves construction, replacement, or repair of a seawall, the new seawall cap shall be a minimum of six (6) inches above the final grade of the uplands immediately adjacent, and in order to prevent positive drainage of stormwater into the waterway, all uplands immediately adjacent to the new seawall shall be graded away from the waterway. 22. A performance and/or mitigation bond may be held to ensure compliance with the aforementioned conditions and the completion of any required mitigation. Failure to comply with any of these conditions may result in the revocation by Miami -Dade County of all or a portion of the bond without further notice. 1/4/2011 3:06 PM THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 2008-CLI-PER-00248 Page: 8 of 8 THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008-CLI-PER-00248 Page: 9 of 8 Wagner Creek Seybold Canal Manatee Protection Plan FINAL MANATEE PROTECTION PLAN 1.0 INTRODUCTION The West Indian manatee was listed as an endangered species by the Florida Fish and Wildlife Service (FFWS) on June 2,1970. This species habitat range is rivers, estuaries, and coastal areas of subtropical and tropical areas. The West Indian manatee is a herbivore that migrates to warmer waters during the colder months. In Florida, most migrate south during the winter and congregate mainly in estuaries and canals. They prefer brackish over marine environments. The present distribution of the West Indian manatee includes the coasts and rivers of Florida, the Greater Antilles, eastern Mexico and Central America and northern and eastern South America. A critical habitat was established for the West Indian manatee in 1976. It includes Biscayne Bay, and all adjoining and connected lakes, rivers, canals, and waterways from the southern tip of Key Biscayne (FFWS, 1999). During sampling events for Wagner Creek and Seybold Canal it was noted that Manatees frequent both the creek and canal. During the June/July 2008 sampling event, Manatees were sighted up to the NW 15th St. Bridge (adjacent to University of Miami Hospital). During the May 2009 sampling event, Manatees were sighted between the NW 14th Ave./NW 17th St. bridges (adjacent to VA Hospital). There is anecdotal evidence that Manatees have been sighted as far northwest as the NW 20th St. Culvert. Because of the above, Manatee protection will be a daily concern during the dredging of Wagner Creek and Seybold Canal. The following are key issues to Manatee Protection during the work. • Mechanical dredging will be utilized to remove the sediments. A manatee watch will be required to minimize the possibility that manatees will be adversely impacted by dredge operations. • Control of water quality (turbidity) may require the use of multiple turbidity curtains during dredging. Protective actions will be required so the turbidity control measures do not adversely impact manatees. The following manatee protection measures will be implemented to avoid potential impacts to manatees during the Wagner Creek and Seybold Canal project construction. 2.0 MANATEE PROTECTION MEASURES 1. All personnel associated with the project activities shall be instructed about the presence of manatees and manatee speed zones in the project area and the need to avoid collisions with, and injury to, manatees. Final 12-15-10 1 Wagner Creek Seybold Canal Manatee Protection Plan 2. The dredge construction will begin at the North end of Wagner Creek. For Manatee protection during dredging activities in Wagner Creek, chain link fence barriers (Manatee Barriers) will be installed across the channel south of the construction area to prevent manatee access into the dredge area. Sketches showing typical design features and locations of manatee Barriers can be found in Attachment D-1 and Attachment D-2 to this plan. Manatee Barriers will be located south of the dredging activities and be designed to; a. Extend to the sediment/water interface b. Match the contour at the sediment/water interface as well as shoreline contours up to at least one (1) foot above the High/High Waterline. c. Prevent Manatee movement north of the barrier and avoid manatee entanglement in the barrier. Before installation of a manatee barrier, inspection of all areas north of the barrier location will be performed to confirm that Manatees are not present north of the proposed barrier location. If Manatees are sighted north of the proposed barrier location they will be allowed to leave on their own volition before the barrier is installed. Manatee Barriers will be installed by the dredging contractor at least two days prior to commencement of dredging activities north of the barrier and during the two days the area will be monitored to ensure no manatees are trapped north of the barrier. Once installed, Manatee Barriers will remain in place until dredging north of the barrier is complete. Each day before dredging begins areas north of the barrier will be inspected by Manatee Watch personnel to determine if Manatees have moved north of the barrier. If Manatees are sighted north of the barrier, the barrier shall be opened so the manatee is able to leave the construction area on its own volition. The barrier will then be reinstalled as described above as well as modified to prevent manatee movement north of the barrier. Each morning the manatee barrier will be inspected to insure that no manatees are entangled in the barrier and there are no access points for manatees into the work area along the bottom, sides or over the top of the barrier. If a manatee becomes entangled in a manatee barrier the Florida Fish and Wildlife conservation Commission should be notified immediately at 1- 888-404-FWCC. 3. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. 4. All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. 5. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Expect as described in number 2 above, siltation or turbidity barriers must not impede manatee movement. Final 12-15-10 2 Wagner Creek Seybold Canal Manatee Protection Plan 6. All on -site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatees) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50-foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. 7. At least one person shall be designated as a manatee observer when in -water work is being performed. That person shall have experience in manatee observation and be equipped with polarized sunglasses to aid in observation. The manatee observer must be on site during all in -water construction activities and will advise personnel to cease operation upon sighting a manatee within 50 feet of any in -water construction activity. 8. Movement of a work barge, other associated vessels, or any in -water work shall not be performed after sunset, when the possibility of spotting manatees is negligible, or at other times when observation becomes ineffective (e.g., in cases of rain, fog or limited visibility. 9. Any collision with or injury to a manatee shall be reported immediately to the FWC Hotline at 1-888-404-FWCC. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or Vero Beach (1-772-562-3909) for south Florida. 10. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Awareness signs that have already been approved for this use by the Florida Fish and Wildlife Conservation Commission (FWC) must be used (see MyFWC.com). One sign which reads Caution: Boaters must be posted. A second sign measuring at least 81/2" by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. 11. The permittee shall ensure that the contractor maintains a log detailing sightings, collisions, or injuries to manatees should they occur during the contract period. Within 30 days following each event, the logs and a report summarizing incidents and sightings shall be submitted to the Florida Fish and Wildlife Conservation Commission, Imperiled Species Management Section at: ImperiledSpecies@myfwc.com. 12. Air Curtain technology as a turbidity control methodology will be tested at the confluence of the Seybold Canal and the Miami River. It is not known how manatees may react to air bubble emissions. Manatees may be attracted to bubbles associated with the aeration activity possibly increasing the number of manatees near the dredge operations and at a location in the Miami River where the risk of boat/manatee collisions is already high. Because the manatee attractant characteristics of the proposed are curtain are unknown, manatee protection measures in association with this technology are required. Monitoring of manatee use and behavior at the air curtain site and the site vicinity shall be conducted by an independent third party approved by Miami -Dade DERM, the Florida DEP and the FWC Imperiled Species Management section (ISM). Approval for the observers shall be obtained prior to installation of the device. Prior to installation, observation for manatees in the Final 12-15-10 3 Wagner Creek Seybold Canal Manatee Protection Plan area must occur on at least seven (7) days. After installation, observation must occur at least twice a day, once in the a.m. and again in the p.m., for no less than thirty minutes per observation when the air curtain is in operation. Manatee monitoring reports describing manatee presence, absence, behavior and location in relation to the device shall be submitted by email to FWC ISM on a weekly basis to ImperiledSpecies©myfwc.com. If any aberrant or unusual manatee behavior in the vicinity of the device is noted, or if the device appears to serve as an attractant to manatees, or produces a situation in which there is an increased risk of manatee impact from the Seybold Canal dredge operation or boat/ manatee collisions in the vicinity of the air curtain location, the device will be removed and other turbidity control measures will be implemented. If the Miami -Dade DERM and the DEP determine that the device does not achieve the turbidity control results expected from the device, it will be removed and other turbidity control measures will be implemented. Final 12-15-10 4 Attachment A Final References to "Manatee" in CAP 2 body FINAL- REFERENCES TO "MANATEE" in CAP2 body Please also see Manatee Protection Plan Update (12-15-10) REFERENCES in CAP2 This Work Plan addresses the need to minimize water volume generated during dredging operations, the management of water collected during dredging, and water quality controls to be implemented during the dredging activities. Finally, it describes the procedures to be implemented for endangered species protection (manatees) and structure protection during the dredging activities. [p. 2-1, Sec. 2.1] Most areas of Wagner Creek and Seybold Canal are frequented by manatees (Section 3.5.8). A Manatee Watch will therefore be onsite at all times during the work. As discussed in the following sections, turbidity barrier design will account for turbidity control while generally allowing access for manatee movement. During Wagner Creek dredging, Manatee Barriers will be utilized to limit Manatee movement into the dredging area. Design and use of Manatee Barriers will be as described in Appendix D, Manatee Protection Plan. [p. 3-17, Sec. 3.5.2] The primary water quality controls to be implemented during Wagner Creek dredging will be turbidity barriers and monitoring. Turbidity barriers will be installed and maintained both upstream and downstream of the active dredging area. Turbidity barriers for Wagner Creek will be solid construction and will be designed to minimize the potential for manatee entanglement. Figure 3-14 shows a typical barrier design. Wagner Creek is narrow (20 ft to 35 ft) and shallow (2 ft to 4 ft deep in un-dredged areas). Turbidity barriers used in Wagner Creek will be designed to extend side to side and to the surface of underlying material. It is envisioned that a typical downstream barrier will be 25 ft wide x 4 ft deep. A typical upstream barrier will be 25 ft wide x 8 ft deep. Turbidity barrier configuration for Wagner Creek dredging will depend on the following factors: 1. Dredging Configuration - Turbidity barrier configurations will be different when dredging to land based containers (WRCs) than when dredging to floating containers. An example of each configuration is shown in Figures 3-15 and 3-16. 2. COPC Concentrations - Portions of OS-1 exhibit elevated concentrations of TEQ (> 1 ppb). Monitoring, dredging production, and turbidity barriers will be configured to maintain turbidity levels at the compliance point stipulated by the permits. 3. Manatee Movement - Areas north of the active dredging area will be checked for manatees and monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. 4. Turbidity Monitoring Results - A Hach® 2100P (or equivalent) Portable Turbidity Meter will be utilized onsite to constantly check turbidity levels. These measurements will be used in the field to aid in selecting the number and proper placement of turbidity barriers. Dredging in Wagner Creek will progress slowly (30 to 50 ft/day). Wagner Creek is tidal, so both upstream and downstream barriers will be required. [p. 3-18, Sec. 3.5.2.1] All barriers will be removed at the end of each work day once turbidity levels are at or below the compliance point stipulated by the permits. [p. 3-19, Sec. 3.5.2.1] Turbidity barrier configurations for Seybold Canal dredging will depend on the following factors: 1. Dredging configuration - Turbidity barrier configurations for Seybold Canal will be installed to control turbidity while dredging to floating containers. 2. COPC Concentrations - There are no elevated TEQ areas in Seybold Canal. Monitoring, dredging production, and turbidity barriers will be configured to maintain turbidity levels at the compliance point stipulated by the permits. 3. Manatee Movement - Areas north of the active dredging area will be checked for manatees before barriers are deployed and monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. 4. Boat Access - Seybold Canal connects to the Miami River and therefore allows water access for small craft. There are many pleasure craft and small fishing vessels that use Seybold Canal for mooring. Boats will be moved to allow access to the immediate dredging areas. Access to areas north of the dredging will be allowed during non -work hours. 5. Turbidity Monitoring Results - A Hach® 2100P (or equivalent) Portable Turbidity Meter will be utilized onsite to constantly check turbidity levels. These measurements will be used in the field to aid in selecting the number and proper placement of turbidity barriers/lle Air Curtains. [p. 3-19, Sec. 3.5.2.1] Dredging in Seybold Canal will progress at approximately 20 - 30 ft/day. As the dredging progresses toward the mouth of Seybold Canal, turbidity controls will become critical. For this reason, turbidity barriers will be installed and maintained both upstream and downstream of the active dredging area and an Air Curtain will be installed at the mouth of Seybold Canal. Turbidity barriers for Seybold Canal will be solid construction and will be designed to minimize the potential for manatee entanglement. [p. 3.20, Sec. 3.5.2.2] Manatee protection will be a daily concern during the dredging of Wagner Creek and Seybold Canal and will be monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. A Manatee Protection Plan is presented in Appendix D. [p. 3.23 , Sec. 3.5.8] The following summarizes the biological assessment findings: • 238 instances of flora and fauna were observed along Wagner Creek and Seybold Canal. • 39 species of trees, plants, and vines were observer, none of which are federally Listed as Threatened or Endangered Species. • 15 wildlife species were observed. Two are considered Species of Special Concern by the Florida Fish and Wildlife Conservation Commission (FFWCC) and one is listed as Endangered by the USFWS. Species of Special Concern: ➢ Tricolored Heron (Egretta tricolor) > White Ibis (Eudocimus albus) Endangered Species: > West Indian Manatee (Trichechus manatus) This investigation revealed that the project area consists only of disturbed lands and urban areas. It does not offer a high quality habitat to floral or faunal species. Standard precautionary measures will be employed during the construction phase of the project to protect the tricolored heron, white ibis, and West Indian manatee (Manatee Watch). Therefore, no significant impacts to federal, state, or locally listed species are anticipated as a result of this project. [p. 4.1, Sec. 4] Attachment B Final Figure D-1 Typical Manatee Barrier TYPICAL MANATEE BARRIER FIGURE D-1 12 in Rip -Rap ifT END POST Typical (In Concrete Block or Driven) Sediment High/High Water Line Concrete Block INTERMEDIATE POST Typical (In 150# Concrete Block) Post Cap Typical SEDIMENT/NATURAL SOIL NOTES � INTERFACE 1. Installed at least 50 ft downstream of last Turbidity Barrier 2. Must be inspected, cleaned of all trash and repaired daily 3. Standard Chain Link Fencing with bottom sections that match the contour at the sediment water interface as well as shoreline contours up to at least 1 ft above the High/High water line. Bottom sections shall be secured with rip -rap boulders. or similar materials, to prevent manatee entanglement or entrapment. 4. The manatee barrier shall be monitored at least once in the morning for manatee entanglement or entrapment, and to insure there are no access points for manatees into the work area along the bottom, sides or over the top of the barrier. If a manatee becomes entangled in the Manatee Barrier, the Florida Fish and Wildlife Conservation Commission should be notified immediately at 1-888-404-FWCC. 5. Area north of Manatee Barrier to be inspected each day and prior to installation to ensure no manatees are trapped north of the barrier. If a manatee becomes entrapped north of the manatee barrier in the construction area the barrier shall be opened so the manatee is able to leave the construction area on its own volition. 6. Regulators to be notified if Manatee is sighted north of Manatee Barrier . 2YF TILL 4110. Attachment C Final Figure 3-17 Seybold Canal Water Quality Control/Manatee Watch FIGURE 3-17 Seybold Canal Water Quality Control/Manatee Watch "'50ft "'100ft 4411-110. Turbidity Curtains Compliance Point CP Manatee Watch 7 Manatee i Watch C?s'+^ZkiS.i Attachment D Final Figure 3-19 Dredging Near Mouth of Seybold Canal Water Quality Control/ Manatee Watch Dredging Near Mouth of Seybold Canal Water Quality Control/Manatee Watch Figure 3-19 Turbidity Curtains Compliance Point CP Air Curtain 100 ft Manatee Watch NOTE: Air curtain is in addition to turbidity curtain which must completely enclose dredge area .��- ::iYl"AAA.hnAJ�I.I.I f City of Miami. Florida Contract No. RFP 15-16-030 CONTRACT NO. RFP15-16-030 DESIGN -BUILD SERVICES FOR THE WAGNER CREEKISEYBOLD CANAL RESTORATION PROJECT PROJECT B-50643 * I1;lii3111'=3 !3?li 0 i E Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Keon Hardemon, District 5 City Manager, Daniel J, Alfonso Issued By: City of Miami Office of Capital Improvements 444 SW 2nd Avenue, Bch Floor Miami, FL 33130 1 'Nagner Creek Seyhold Canal Restoration Project Rev. 3, 17/ 17 City of M ami Florida Contract No. RFP 15-16-030 TABLE OF CONTENTS RECITALS AND INCORPORATIONS 8 SECTION 1 — GENERAL TERMS AND CONDITIONS 8 CLAUSE 1 Definitions CONTENT. PAGE 8 2 Time is of the Essence 15 3 Contract Term 15 4 Notices 15 5 Priority of Provisions 16 6 Indemnification 16 7 Insurance 17 8 Performance and Payment Bond 20 9 Qualification of Surety 20 10 General Requirements 21 11 Method of Performing the Work 22 12 Work Staging and Phasing 23 13 Site Investigation and Representation 23 14 Design -Build Firm to Cnieck Plans,Specifications and Data 24 15 Des'gA-3w !d Firms Respcnsibiiizy for Dan -ages and Accidents 24 16 Accidents 24 17 Safety Precautions 24 18 Occupat onal Health and Safety 19 Labor and Materia"s 20 Rules. Reg°ulations, and Licenses: Community Business Enterprise 21 Project Management 25 26 26 26 22 Superintendence and Supervision 26 23 Authority cf the Project Manager 24 Inspection of Work 27 28 25 Taxes 29 26 Separate Contracts 29 27 Lands of Work 29 28 . Coordination of Work 30 29 ! Differing Site Conditions 30 30 Existing Utilities 30 31 Design -Build Firm's Responsibility for Utility Properties and Service 31 32 Interfering Structures 31 33 i Field Relocation 31 34 Design -Build Firm's Use of Project Site(s) 32 2 Wagner Creek Seybold Canal Restoration Project Rev. 3,17 17 City of Miami, Florida :CLAUSE I 35 Materials and Equipment CONTENT ''�' Contract No. 15-16-030 PAGE 32 36 Material and Equipment Shipment, Handling Storage and Protection 32 37 Manufacturers Instructions 38 Manufacturer's Warranty 39 Submittals 4D Shop Drawings, "i`lorking Drawings and Samples 41 Product Data 42 Record Set 43 Supplemental Drawings and Instructions 44 Design -Build Firm Furnished Drawings 45 Substitutions 46 City Furnished Drawings 34 35 35 36 39 39 39 4' interpretation of Drawings and Documents 43 Product and Material Testing 49. Field Directives 50 Changes in the Work cr Contract Documents 51 Continuing the Work 52 Change Orders 53 Change Order Procedure 54 No Ora' Changes 40 40 41 41 41 42 42 42 42 43 55 Val e or Cina^ge Order Work 44 5J Extra V'g'or'.k Directive 46 57 As -Built Drawings 58 Worker's Identification 48 48 59 Removal of Unsatisfactory Personnel 63 Substantial Completion and Punch List 61 Acceotance and Final Payment 62 NDPES Requirements 49 49 50 50 63 Fora 1a. re 51 64 Extens , o` Time 51 65 Notcation of Claim 52 66 Ext "s'on of Time not Cumulative 52 67 Design -Build Firm's Damages for Delay 52 63 Excusable Delay, Non-Compensable 53 69 Acceptance of Defective or Non -Conforming Work 70 Uncovering Finished Work 53 54 71 Correction of Work 54 72 Maintenance of Traffic and Public Streets 73 Location and Damage to Existing Facilities, Equipment or Utilities 74 Stop Work Order 55 56 57 3 Wagner Creek Seybold Canal Restoration Project Rev 3,17 17 City of Miami, Florida Contract No. 15-16-030 CLAUSE CONTENT 1 PAGE 1 75 Hurricane Preparedness 76 Use of Completed Portions 57 57 77 Cleaning Up; City's Right to Clean Up 73 Removal of Equipment 53 58 79 Set -offs, Withholdings. and Deductions 59 80 Event of Default 50 81 Notice of Default -Opportunity to Cure 82 Termination for Default 60 60 83 Remedies in the Event of Termination for Default 61 84 Termination for Convenience 61 85 Resolution of Disputes 62 86 MeJ ation-'r`laiver of Jury Trim .57 City ,lay A is I Ilse;f cF NI Remedies 64 64 1. 'J Permits. Licenses and Impact Fees 64 89 CornoHance w'tn Applicable La'rhs. Ethic and Public Records Laws 65 90 Independent Design -Build Firm 63 91 T1-ird Party Bene`i iar'es 65 8�csess:rs and Assigns 93 ty ate.•-) ai'ler Brea.h 66 CC Se',va'abi t',/ 6,3 9 Ap.niioa5ie Lap and Ven'.:e of Litigation; Actor; ey's Fees 6.3 Amendments C^, 97 F Entire Contract 67 g �Nond.sori r nat:cn, Eiial Employment Opportunity. a -id Americans witn Dlsa5ilit; "' A;t 67 93 Eval��atior; 67 1U� Ccmn c ;.es Manu`actured. Gro',,,n, or Produced in theCity of 1i,1 ami. Miao - Dada Court1 a^d the State of Florida 67 101 Roya't.es and Patents 102 Continuation of the Work 67 67 103 Review of Records 63 104 No Interest 63 1 i05 Payments Related to Guaranteed Obligations 68 106 Consent of City Required for Subletting or Assignment 63 107 Agreement Limiting Time in Which to Bring Action Against the City 69 108 Defense of Claims 69 109 Contingency Clause 69 110 Mutual Obligations 69 111 Contract Extension 69 112 Non -Exclusivity 70 113 Nature of the Contract 70 4 'v` 3grer Creak 5e'fbc1i:t Canal Restorat,or Project Rev 3. 17 17 City of Miami, Florida Contract No, 15-18-030 { CLAUSE f CONTENT 1 PAGE _1 114 Contract Documents Contains all Terms 70 115 Applicable Law and Venue of Litigation 70 116 Survival 70 117 Joint Preparation 70 118 Nondisclosure 70 119 h,Iain-tenance of Records -Public Records 71 120 Property Damage Adjudcat;on Process 71 SECTION 2 • SUPPLEMENTAL TERMS AND CONDITIONS 1 Scope of ark 73 2 Contract Time 73 3 Progress Payments 73 -'. Liq Jidated Damages 74 5 Schedule of Values 75 6 Project Schedules 75 7 Release of Liens,'Sub De,"gn B F r s Statemerlt 3f Sat;s`act;on 75 8 Progress Meet:cgs 77 9 Rec,uest for lnforma'ion 13 Protect Ste Facili`.e, 77 77 1 1 T .f, Faoi:. e7 Jt.' r.es and Construct:on 78 12 Prp,iect L a'bcratpry T es::ng Se"1':es 13 Secur.ti 78 79 14 Ccrstn '_. cn Sgnage 15 Lines a-d Grades 1 o H2B Visa Report 79 79 79 17 Progress Photos 80 i Y IJ Hazardous IM :ennal 80 SECTION 3 - DESIGN SERVICES 1 Design Respons;bi!ity 81 2 Subconsultants 81 3 Ownership of Documents 81 Delivery upon Request or Cancella`on 81 5 Error and Omission lssaes 31 6 Design -Build Firm's Key Staff 7 Truth -In -Negotiation Certificate 82 82 8 Re -Use by City 9 Scope of Services 82 82 10 Basic Services 82 11 Basis of Design 86 12 Additional Design Services 86 5 4`lagner SeyrcEi: C.arai RestcratJcn Rr3ject Rev 3,17 17 City of Miami, Florida Contract No. 15-16-030 CLAUSE i• CONTENT PAGE] SECTION 4 - CONTRACT EXECUTION Contract Execution Form 87 Exhibit A: Request for Proposals (RFP) No. 15-16-030 (Refer to link to matrix below) Exhibit B1: Scope of Services (attached) Exhibit B2: Negotiated Project Schedule (attached) Exhibit Cl: Negotiated Price (attached) D_: Exhibit C2: Negotiated Schedule of Values (attached) Exhibit C3 Des Fyn -Build Firms ATC Technical and ATC Price Proposals (refer to link to matrix below) Exhibit D: Insurance Requirements (attached) y - Exhibit E: Performance and Payment Bond (attached) Exhibit F: Corporate, Resclut;ons.'EvIdenoe of Qualification to do Business in Florida Exhibit G: Resolution No, 14-0372: Expedited List of Projects Attachment A: Stag Fund (SRF) Agreement and Disbursement R� uest Package .. Request _ Attachment B: S?r= Progra'n SupcIementary Conditions Attachment C: State Aperoprat:cn Agraerrent and Disbursement Request Package Attachrnent D: Flor°da !n nd PJa; ,s` 1n Districr. (FIND) Gran. Agreements and Agreement Disbursement _ 17, 5 -- 6 Wagner Cree . 5-aybc ld Canal Restoration Project Rev 3,17 17 City of Miami, Florida Contract No. RFP 15-16-030 PROFESSIONAL SERVICES AGREEMENT DESIGN BUILD SERVICES FOR THE WAGNER CREEK/SEYBOLD CANAL RESTORATION PROJECT BY AND BETWEEN THE CITY OF MIAMI AND DESIGN -BUILD FIRM1 This Professional Services Agreement (Agreement) is entered into this 30t" day of March, 2017 by and between the City of Miami, a municipal corporation of the State of Florida ("City") whose address is 444 S.W. 2''d Avenue, 10th Floor, Miami, Florida 33130, and Sevenson Environment Services, Inc., a corporation, qualified to do business in the State of Florida whose principal address is 2749 Lockport Road, Niagara Falls, New York, 14305, hereinafter referred to as the ("Design -Build Firm"). RECITAL WHEREAS, the City issued a Request for Proposals No. 15-16-030 on August 24 2016 ("the RFP"), attached hereto, incorporated hereby as Exhibit "A", for a qualified, experienced Design —Build Firms to perform maintenance dredging to remove accumulated sediment in both Wagner Creek and Seybold Canal waterways, located in Miami, Florida (Work), as more fully set forth in the Scope of Work ("Scope") attached hereto as Exhibit "B". The Scope as described herein, and Design -Build Firm's proposal ("Proposal") is attached hereto, incorporated hereby, and made part of hereof as Exhibit "C". In response to said Proposal, Design -Build Firm has been selected as the most qualified responsive and responsible proposer for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement; and WHEREAS, the order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement, including Scope of Services, Price Schedules, and all Exhibits, (2) any other relevant Agreements expressly referenced and attached as Exhibits (such as an access Agreement between the City, Design -Build Firm, and a third party); (3) RFP No. 15-16-030 and any associated addenda and attachments thereof; and (4) Design -Build Firm's response to the RFP; and WHEREAS, the City Commission, by Resolution No. 14-0372, adopted on September 11, 2014, amended the City's list of expedited projects pursuant to Ordinance No. 13045, adopted December 11, 2008, and authorized the City Manager to execute an Agreement, under the terms and conditions set forth herein, in a form acceptable to the City Attorney, as may be necessary for said purpose; and WHEREAS, the City wishes to engage the Services of Design -Build Firm, and Design -Build Firm wishes to perform the Services for the City; and Certain terms herein (indemnity hold harmless. insurance. cancellation for convenience, funding out clause, among others) are long standing City requirements and may not be modified regardless of whether any exception is taken. 7 Wagner Creek Seybold Canal Restoration Project Rev. 3/17/17 City of Miami, Florida Contract. No 15-16-030 WHEREAS, the City and the Design-Buiid Firm desire to enter into this Agreement under the term and conditions set forth herein: and NOW, THEREFORE, in consideration of the mutual covenants and rom ses herein contaned, Design-S'i'i!d Fire and the City agree as follows. TERMS RECITALS AND INCORPORATIONS: The rep ,ta's a a tru! arc correct and are hereby incorporated into and Trade a part of this Agreement. T�= Ci:ys RFP is hereby incorporated into and made a part of this Agreement and attached bereto as E r. � `. A. " T e 5 cVe of Se vices is hereby inccrac,cratsd into. .-,d made part ` Agreement and ., y a rla' a f•a' l of this A'g re r", attached as '5 The Des g---Eu'Id F ri s Res .a-d 'Pricing Prccose! dated. October 26. 2013. ifl response. tc RFP 15-13- 32, i3 hereby' incorporated ir:: and "ad, a cal cf this Agreement as attached Exhib _ 'C, " Tne Desig"-Bu;1, Firm's Irsuranee Centi,`ua`e is her=icy incor oratad into and made a part c' this A_tireerheint as ans.,ied Exhibit D SECTION 1 — GENERAL TERMS AND CONDITIONS 1. Definitions Addenda s 3 :-. , cr 7-ac I..issued pheir to t-a Bds h c!anf y ccrra:i c . t,,- y E iddiho F-,= e :s cr the proposed Contract Documents. AdJitional Services 117,asns any ;erk de` d as such in a �A'ror�{ Crda scoured In cor pi c� ti �.� row �� .. .. a'?�.,.. with Florida St?`".es and City Code. Agreement Trams the ,,,,-it:en ii s.-v , . ,',n :r, is evidenoe of the agree ;rent between the City and Desioin-Bui.d Firm soierirg tnne Theand services to tie perf3rr.,e,Y by the Fir m rm �.�,� H:urs-,a;nt to a part cb!a- Fur:, a s p Order. The 'Agreement is the combine:.n of t,na k!aSter Agreement and the Fur:rase Order fcr t:re s:ec,f c assignment. The yiords "Agri ment" and -Contract" are synonymous. Application for Payment means tr,e fora acceptable to City which is to be used by Design -Build Firm daring the coarse or the Work in requesting progress or final payments and 'A4hioh is to be accompanied by s'ac'r s.:pperting dscu ientaton as is required by the Contract Documents. Attachments means any supplemvntai material or documentation to this Agreement'Avhich are expressly incorporated by reference and made a part of this Agreement as if set forth in full. Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. Basic Services means those services designated as such in this Agreement. 8 'd`ia,ner Creak Seibci . Can31 Rester3tor Project Rev 3. ! 7 17 City of P,iiarni, Florida Contract No 15-15-030 Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work, A change order must comply with the Contract Documents. City means the City c` Florida, a Honda municipal corporation, In all respects hereunder, City s performance is puns_ ant to the City's capa,;ity as Owner. In the event the City exercises its regulatory authority as a go C'Dd j. tree exercise of such regulatory a'utnority and the enforcement of any mules. regulations codes la,v's and ordinances shall be deemed to ha /e occurred t pursuant to c{_y a.atnenty as a no ,ernmental bcd j and sh,a:l not be attributable in any manner to the City as a party to this Con_na•:t, For the pnr;:oses of tnis Contrast, 'City'. without modification shall mean the City Manager, ag� Direct:or autrior;zed designee as appl,':.aole. City Commission means the legrsiative body of the City of Miami. City Manager means tine d _'I;, 3:c.c,rted one` a:; mr.istrat re officer o` the City of Mann Commissioning t G .� o =.��s �;� ,ng t--a� bL,.,rs310"y a:rr'es te __ ._ size a`'La co le(in _ t- e site on ^g a'i is s:,s- ors to �r""dn ,e c ai comecrien:s } anc s; s'e•'-s »-i "su'a tn.3: des'gn re r..--snts are met. Th. - nes a design �yn_at- d v ,_ NCO . r n!SS �i' r4i au t 3 cJnn ss .�i- _ n .. "'�" � C _j � `�'{ ,i y ^'3'1, ``,a.l.:,a.Ora .."tn,B,i's`,a�!at.'� ar'Y, h Jrr-?nCe of systems to be c ih—rn:ss' nai and a commissioning report. Consultant m ea _ t-_ e^ eel, F se:ecta.s by the City for the a J,.. -r' �'� �� :,�urc'�s v. w � -gig cons., uc��on engine J .n_ 3"d inspect Or' services 4r ame Des gn-Budd `l'iork. Construction Change Dirscti / means d 'r} ~ _ rj-re:ti a: t r ct cna''+ges `o the }�'lcr'i a ed ' u � � - �j J � y the City t713_,i3y wa tn� Contra::: price _r tm.e Construction Sched.jle ea-3 3 _.ca path sshe i.;e or °`i - const'wet.on eodefined and N s�e�rw u�2, as a.,u rednired by the Contrast Documents Contract Documents means trie Des gn-Bniad Contract. incin:.n- the"d A' oriz ti n"' -- '� t FDEP r,a�.. ..th., a_�on a .. al! ot:lner tnereto. tie P-P t-s .t`e Response t: the PFP the Design Criteria Package. plans and s: ici', at ins `oef; o e. by the Des;yn-Build Firm, and any change rders. permits modifications three_: ies. and ,ia- ons d"en•finiens extension to v reC �o � : � and this Ccntra:a, and all r�.�ai, FD� S : setae ern is s Ire d cnn-ients whicr. constitute the Contract will ha ie the order of prior` sat forth in §5 of this document,y Contract Times tno r'_, tie o` Dais, or the dates stared in the Agreement to: (i) acinie.i,e Milestones, if an, (i, anh e /e Si_ostanta Couplet to W t it tl F ' � � - Completion: any. (iii j complete the Work so that is re= �y ,or final payment as e.,idence Eng-n er s +,v,ritten recommendation of final payment. Cure means th.e action taken by the Design -Build Firm, promptly after receipt of written notice from the City of a breach of the Contract Documents, which shall be performed at no cost to the City, to repair, replaoe, correct. or remedy the material. equipment. or other elements of the Work or the Contract Documents affected by snob, breach, or to otherwise make good and eliminate such breach including. without limitation, repairing replacing or correcting any portion of the Work or the Projecttsj site(s) disturbed in performing such cure. 9 , gr'er'Creek S''_',bicir. Cana! Restoratcr Pr4ect Pe', 3 !r7 City of P,11ami, Forida Contract No. 15-13-030 Cure Period means the period of time in which the Design -Build Firm is to remedy deficiencies in the Work, or compliance with the Contract Documents arte.r receipt of written Not:ce to Cure from the City identifying the deficiencies and the time to Cure. Day means a ca'end37 day of 24 hours measured from midnight to the next midnight. Design -Build Contract means a si,ng'e contract that is among the Contract Documents listed above, with ades gn bl1 fair the des gn and construction of a public construction project. e'ct, t Design -Build Firm means the person, firm, or corporation wit r `re City has contracted and yii o will be res s „'e f:, the a _cecta:,ie, performance of any Vior°k and for the paiment of undisputod legal debts penta a. / under this Contra:t. D"s^:t 'd Iegga! debts oe promptly paid as d-a:i ad b1 t a :a_'ie com_,a_t d scute resofl t',n procedure. Aeotc de firm" means a = pe-thersh. rat._, or ot,-_ 'Y�a' e.h+t,/ that 1 j Is C3 :V N� under S,•' .... ' "; Floridad Sta:_'es to engage in CY T aC. n; tnra '7,'1 a f rd cr re'g storelii general ❑aS a a F . or a oentlt'ea Cr reg stared r7aS t'-e ': y—,o agent. or 21 is cei :'a under Se::.cn 471 y 23 rio da S`.3-_ite3 to _,-3:t.;e or i,_ oar ��_. n_g ne-rno cert,ried L" 1a e .o*. on 4=1.- a":r-it t'_ire. or oert.=;e'i under Section 431 3' g F:c : a Sta:-tas to practice cr to of'rer to praise landscape architecture Design Criteria Package means CCfC.se ce-=,Cr~-'a^�e-orient dla-;',:ng3 Cr see:ifira`^ons cf the c ors:r.�_: o � n :°_ T} e " _ yC r 7 n pac'<avie IS t� S saL . I.nf crmat i _mar d J- y u f bre:.ht re_ a hid cr a re3won,3e to a'" a; wj 3 reti s: I�r 000sa' r" rc t a a"a n•aj t: ante- :o a neg .a:__ a," t. T� r'35 _ c ter stspecC`y ; :-or"'a t.Dr h^e ti_ _on i.11'__ �n cro jot, t",e lea ..,�]_ :. 3' of f. e 3:e, s ...✓e/ —3:,Cn CC-3_.. the s-_o-"space re . e ts . layouts a u nc s gh crt- ,a Urt,ne c-of-ao:. cos` or buo et es` 'ales upsgn and con's`.''acton soheo�les S e, _ :o- I �'� :3 pr=';'31onsi f.r Utz'' L_ storm „a`�r r�`� n and Cisocs and pa ;K.7g red: reme-;s apc 1-.-e project Design Criteria Professional mea r select-ed., by a L: acting for the • bo hoIos a of re ,s`:a _ sae Crao_e43 Flcr;da S at_ites to pra ..ce a _e . :cure o-I;a„d c 4 - a or a 3 mar-e cat_ Ca':e a a rag 3: ed engineer und-or Cr'a;q`_ 171. F.c ST3`_ .es to ,era _ ;�. '� a 5r'; 'v .s o e by or under Contract to the City fir the pro, d ` c a'i�SaiC`._ 5= 'v'=CS dS:a:o 3" h'`e t ser-v"Ces. or englnee-ng ser';' es I CG,r,"a.Z 017 With the prapareton Of gn criteria package. Design Documents means t,-e cchst'�'ctior plans and specifications propared by the ❑eS,g^-S ''i Firm. Director means the Director of the Office of Capital Improvements or designee, who has the authority and responsibility for managing the Project under this Contract. Drawings means he graphic and piatoria! portions of the Work, which serve to show the design, location and dimensions of the Work to be performed, including without limitation, all notes, schedules and legends on such Drawings. 1D 1/411/3gner CreaK Se,Cyd Canal RasD1r:rr:r., Rae 3 17 1 City of Miami, Florida Contract No. 15-16-O30 Engineer means the individual or entity named as such in the Agreement. In the event that no independently contracted engineer is utilized, all references to Engineer in the Agreement shall be considered references to the City. FDEP means the State of Florida Department of Environmental Protection. FDEP Award Authorization means the required prior written approval of this Contract by FDEP pursuant to Article IX- Design and Construction Contracts and insurance of the State Revolving Fund Loan Agreement. FDEP Subsequent Approvals means the required prior written approval(s) of any change orders, modifications, directives, amendments, and extensions to this Contract by FDEP pursuant to the terms and conditions of the State Revolving Fund Loan Agreement. Field Directive means a written approval for the Design -Build Firm to proceed with Work requested by the City, which is minor in nature and should not involve additional cost. Final Acceptance means the event subsequent to Final Completion when the City certifies in writing to the Design -Build Firm, that all work required under the Contract Documents has been completed, accepted by the City, and the warranty period commences, Final Completion means the date subsequent to the date of Substantial Completion at which time the Design -Build Firm has completed its Work in accordance with the Contract as certified by the engineer of record or the City and submitted all documentation required by the Contract Documents. Formal Release means when a waterway section (i,e., Operational Section) has been completed, per requirements of the Contract Documents and the City certifies such completion to the Design -Build Firm in writing. Guaranteed Maximum Price ("GMP") means the sum of $18,400,140.00 established in the Price Form referenced in this Agreement between the City and Design -Build Firm for all the costs of performing all of their Work. The GMP is inclusive of all fees, reimbursable expenses, overhead expenses and profit. The City shall have no liability or duty to pay any sums in excess of the GMP, solely excluding, however, any possible additive Change Order(s) granted which involves an increased amount of sediment removed, transported and disposed, dredge water treated and/or drying reagent used sel forth in Exhibit C2, Negotiated Price. The GMP is cumulative and payable by the City to the Design -Build Firm for these services, materials, supplies, equipment, permits and their Work. Except as herein provided, the City shall not be liable for any cost, expenditure, and/or fee, in excess of the GMP. Similarly, the City may pay sums less than the GMP due to deductive change order(s) which involves a decreased amount of sediment removed, transported and disposed, dredge water treated and/or drying reagent used set forth in Exhibit C2, Negotiated Price, or proposed credits associated with support securing access agreements as set forth in Exhibit C3, Schedule of Values. In addition, the parties may change the GMP by formal amendment to the Agreement, if warranted. Habitual Violator means the frequent, regular, or repetitive failure to perform Work as required by the Contract Documents and all of said defaults may be considered collectively to constitute a condition of default as specified in Article 80. Three (3) or more of the same failures to perform work as required, will be treated as a Habitual Violation. r 11 Wagner Creek Seybold Canal Restoration Project Rev. 3129/ 17 City of NI,ami, Florida Contract !"No 15-13-030 Hazardous Waste means materials define. in Section 1004- of the So:id. \i'laste Disposal Act (-2 USC Sector 6903) as amended from time to time Industry Standard means the generaily accepted means. methods and requirements followed by the members cf the marine dredging industry. Inspector means an 3_t`icrized representative of the City assigned to rnake recessany irspect:ons of mate-a's f.Lrnsne:' b/ Des 'g -Bu:,d Firrr and of the \i'lork performed by Design -Budd Frm. Laws or Regulations means a" j and all applicable laws rJ es, reg'alations ordinances, codes and a^1 a';Dieinne_`; br �,�a, agencies authorities. and cocrts ha» ng Lump Sum V'lork mans Work to be pe at fixed price complete amounts. Material rnea7s si; ant to the performance cf the Vi'ork Material Breach rine3nS fa L -e c- _ - :a ot ons s ^ cant 't I`ti aterial Change rt n.ea...s r�.��i.0 r'� ar .��-,�F'� r_,nt G�, ev a.,nn from the r aq'iir em -,n`_s specifies in this Contract. Milestone ,+'ear`s a pr'nciy- e, ei"t s:eoit s. in tine Con-, a t Doci_J- ents rear ^; to a In.vrrn :irate n C4" �_ _ C3'„ �� _" t'D 5_ivS:an:;a ..o,-,-,;et1Cr of the I1t -_;ir'.i. a'r'otice of Award rineans the r', I_:, to t:^e Des. Firm notf/ ng the Design-E_Id Firm that y the) :,arc,e:, tine C nti-act. Notice To Proceed means a ',.`t:en cr direct, ie iss'aod by the D', actor or designee ack.no,i.id" e � �'ny that a': cdn- tons pr oecie : rah_ ceen met and directing that the Design -Build Firm may. begin \t'icrk on the Project. Operational Section r-' du"s cr'eJr s { c,or`j ns of , 3.g r " Creek a-d Seybv C Canal. T, e.se Sectors i^�+,,•/' l..+,�a :. ..,,a" - to d so .. _ :�" _., -.a-sN - eo�!i o sei me-,t on a:taristics and the o' e: re a; tecnnques Oprl_. ona' S :T ors 1-5 a-o located in Wagner Creek and one Se:: :n F. is Incae. Seydoii. Cana . 'r'r boundaries a3 estabi'she'd in tine CAP). Permits -'er s a'- reg'u,a:or.,.. Ie'ga:, and aOministra}I've app,rova:s n ee:Jed to perform the Work, ..ut not i m::ed to. pWrrn,ts re`e-enced in tre Contract Document. Plans and.'or Drawings means the official graphic representations of a Projects). Professional Services means those services within the scope of the practice of architecture. professionai engineering, or registered s'Jrveying and mapping. as applicable, as defined by the lags of the State of Florida or those performed by any architect, professional; engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "archit ctura°, engineering services- or "professional services', as applicable,which are within this definition, 12 r'l j 1r . ra h a�fhc_ii! Land! R3stcr3tian PPr,i9ct Rat 31'1' City of Miami. Florida Contract No. 15-1 6-030 Progress Schedule means a sche'duie, prepared and rra nta ned by the Design -Build Firm, describing the sequence and duration of the activities comprising the Design -Build Firms plan to aocorrplish tine Vlor:k within the Contract Times. Project n n s Henance drecigi g re 'nie aocumulateil sediment in torn Yragner ,C �._. s _ „3 js, to a oiie',e ir^n ;v . -a-nape and or na iiga`;on, reducing the risk frog-: �^ o a..? a pubs oiworker 33Fe and n'Irlr"""ng da,rage to of st rs5 . J~- 'v-�: 3 e. j , Project 141anager near'; the In r d�a' a=_ to ,manage the Project. Records Re.tenti'an means Cltj p. i' _s n� the tern and standards r the�, Pr -�- _� o .,- "_ _ f:;r.� cr � F da� s for management of o cr re �3 t- r�_a ed it a o s. n an:-r t1 , bus nness needs and comply �,'n legal o r 1 Jr n J ten :e5 a je H a . nines f-a-,ner P,ni retention Fis ro longer required. Re ;,rest for Information (B,=l} n-es ae_. . the � Fi ee - "3 � `Tf' r� I �=s.gn-B��! � An,, 3 ..g �� i�-�`e- ,ta` on or c? Fo rs re� ,� I� rn e Co._ra;_ Ddio.� r .J he RR.s-s inriar<ei R. J-'? ear' y 3 u ci:n: se j se- ��-,^ r.e issue. 3, - _ rJ1�� �I.? n. J_Nr a. �n a .� ,,"f tnv rss erase Is ree.ded I RR rn'. s- se: fo ,n the Firrn s inte,-,-_-rei.tatiion, or understand n E,g of t1e dcviu er'`.,3; In q�es , n. a'ong 'r�'t. the reason for sucn urde..3.a'-d y Resident Project Representative n" .3h5 .. �.-.l v z rep:resents: esents ,.ar or En ,fin �.3^ V V" it 3 r. a33 red � oJ3 . or a,;.:a-t t--'ereor Ris+C Administrator . _s _." - P,,_ lt.�a"3_ee-: `, a it designee �. .� _� of tr y7 ; to 3=1 r _ ste-J re a` -g c r-J_.-:h.... OF 1033 for the a j, N Schedule of Subn-ilt.talc n-3 3 s:ned. p a;3-3. ands na "•a �. 4- the J f , ,�_ u� �„ Des;;^-��.�I' Fig,,,, o� t. - - t rt `-� - - � �� Lrrjen:J � 3_,-.�_soh., Lied .".Fralatv'u ouh3:.uvt.r;n aot, rtes. Schedule of Values rhea-s a epa-ej a_d rra, to neri"; t Ds 1 _ .oat:r'g of tn., L-ai3e Fees Lc ra-i0Us . s OF the 11'r C6, and used as t-e .. as'tne Des y gn- B��,d F��r' s A^:'.na` ohs for Pay -en. S.-ope of Services or Services n'ea-'s a ocrintrenians ,eitiesor'ot.....in o: the ';tasks.design o , !es ce s'es an_, e t:e] e'-, �a .... ' '-: I f - - �Proi.ie:t or an assignment ;ant 4rt,'_ 3_ ' it de`.a l tc a 3,', a real: 32 eso roe3 ! s completion, Shop Drawings r-eans a', rdra,b'n,;s d agrs sche_ .. _:. and other data or information /\,ini.oriare speo;fcarly prepared or assembled by or for the Design -Build Firm and submitted by the Dos.gn-Biild Firrri to illustrate some port,on of the Work. Site means lands or areas inddated in the Cortraott Dcci_ime'ts as being furnished by the Ci' upon which the Work is to be penforr ed, includ n i . -,.? r ? C" easements access i et , -•I urc _ � s, m nks for a.,4„5s t,,zr..-o a u such other lands furnished by the City which are des _ f:r ,ne use of the Design -Build Firm. 13 },tin dgrar Cra k 3a. onu , R ?r., e,:t � �drdl s;,�rd ICn I, R-, 3 1' City of Nliami Florida Contract No. 15-15-030 Specifications means that part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards, and workmanship as applied to the o'/ork, and certain administrative requirements and procedural matters applicable thereto. State Revolving Fund Loan Agreement means the attached and incorporated Clean Water State Revolving Fund' Des gr and Constructor Loan Agree rent S'r'i 13200. dated August 3 amended 2.�l�.asa^� n from time to t,rre. between FDEP and tine City. Subconsultant means a person, firm cr corporation having a direct contract with the Design -Build Firm for the purposes of perffcrming Work,. Sub Design-Suild Firm means a person frm or corporation ha »i^_ a r ,,. contract ',tr't" Design -Build Firm inciuidlnig one ,,,,no furnishes material worked to a spec e des,,yn according to tre Contract Di-curinents but d:e3 not che 1Pr`,o meerelf furnishes Male s's not so worked. Submittal r~-_,,s doc'� = prepared, d om t �d b� r e s �s `` �^ � - - t, Pl_-_�- under .ri3 s•3i,Cit.3`lCn Substantial Completion mea-'s that point at iikihich the'r'/ork is ar a level of completion in sibs`.snt'ai corhol fir„ with the Contract s':cn tha: tne City Can emse occupy and or operate the '63tehr`,sjs in at! resoe,:::s to intended purpose S� to ,;a1 Compi�`t on she I r Pe deemed to hale occurred until all re, 'a:e ha to junsd.ction pier the Project. ha,o inspected and approved the P, o'ect Time and Matarra`s'i1rork r'es,s `r`,cr` to oa.d for on the basis =r tine and m terials in addoroande ',b':.. tine. ti,'s'aes 3pvrD C:r �. the r4 Cj '•-J Unit Price f cork rsi s 'r r: k to be paid force' the 'bases of unit pr cos Wage Rates ^ a th J e ..eve C rapt expense to the Desl -Bar : F., CT: S_ , on ,�cors f on an r'o'-.-'J rate basis for -^m pip yetis In tne specified pro �ss: ns categories assig ned to provide serv'oas under this Contract that just.fj and for;-n the ba3 s fc . �3s:cna' fees regardless of aot'uai ma of ocmciF,nsa`.':,... Work r' _r's v a`_ a Y r="3Cson»ces materia s and ed_ipmentt required of the Contr3:t pa .,ally c:;rmpiete:J. and in;:..ices the ladcr, materials, ey�'pment, sunp.ss. a se.riiices cr_,. _. .. to ce prov,ded by the Des`,n-D ''d F, to fulfil its obligations, incl u a come 1cb or it accordanca'l+rith. t' . iOrs,',-:s and Specifications. The Vlork may : rst tutu the hole cr a part of the Project as defined here . Work Change Directive means a written statement to Des gn-Bui . Flirmi issued on or after tne Effective Date of the. Agreement and signed by the City and recommended by Engineer ordering an addition, deletion, or revision in the Wcrk, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive wil,W not change the Compensation or the Contract Times. but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Crder following negotiations by the parties as to its effect, if any. on tne Compensation or Contract Times. 14 Carat R. stor3tirn Pratect R , 3 1 ' I 7 City of Miami, Florida Contract No. 15-16-030 Working Drawings means the Design -Build Firm plan for temporary st-:.ctJres such as temporary bulkheads_ s'�ppert of open cut exca';a` on. support of utilities. groundwater control systems, forming and false work for underpinning, and for such other work as may be re Ired for construction but does not become a.n Integra, permanent part of the Project. 2. Time is of the Essence Trot~ the else':n ��-'manse of the Yrork to meet the Suostant;al Completion and Final G tit B_,i'd Firm, ,,ill promptly perform its duties under the Design -Build Contra,: , ; = my r'i' r'<. as much priority as it is necessary to cause the \,'Ijrk t3 be conic =-e= a t,mie itas,s in accordance with the Design -Build Contract. All Work shall be pie~crm+ed ly „ : r�the time limitations necessary to maintain the critical path established ID the D ^-E rl,d Contract. A„ daces and per._..., _ t, sit forth in the "'- _.:t. ing those, for the o cmr, ^Gum,ent lestor'es. ahti, _. o . _ 'r'/ rk. and for the delivery and 5ta jj r73`_z-----'3 s and te a importance to the. City Di -es - Ic F "a:k.Vw+ ed;ies and recognizes that he City is ent,ted to fur and befer'cr I cc__,4a"cy a''ct use of .e Idkflork, e(pl,3 or: 'f the Contract Time. in a Jre- r g to tea- the r,sr ,of delays for cor'-ir.l_ of the 'Work. except for extensions aaproved accn`dsn:e r`', A.nticIe 63 Exc_sa leDe e'JS. Non Co"..-bensatile. the Des -n-B_Ild Firm v":Ie stan ds tea„ exceptan Orly to the e (tent pro!'ced otner','i;sue in the Des:on-Build Contract, t, ocouttehice CF e r n 3 of de ay r�,'``';, tne Des gr'-'3' U' ct s ccntro:. the''v'+ork shall not excuse De _ � a "' a'`. 1^ to c-nu: ,on _` tne ',York idvith; the Cont.ta Jt Tr✓ cam' ~ �e 1Fit.", t-t ec _:st" .. Al: Cates Liner the Como r Des F.i-rh she tut are not limited to materia e`sons r e De3 D F., a: edges hat the City is p+ar ,'"as',Rg the right to have tne Design- B_ F r r:. ._ _s y ';`,o- .: _ at the Project Sits for the i'Ji; darat,on of the r oject is en a sup. c:r,plet;on or t' fie. V cr,'C. 3. Contrast Term sv_ -erne upon IS3- hoe. of the Notibe of A;Vard.. which shall be __ use= the Design-SJild Contract by the City, The Design-B1ild _ `. � , t C r.y that the Dos gn-B , l'd Contract has been closed'- F. ma C=r let c- c' c te`niirated by the Clay pursuant to the terms and Cone : U _ fort:. e' e t tidally extend this D sign -Bull d Contract for upone The C�:; r s• r�� s one r�d..t :a aJ_or`a �� e ,- ! c to h:.r?d-ef and : , f (120 • D:,,s beyond the stated Contract Term. If the right is exercised, the t-.e Deg - . 'i Firm in w7 tin,, of its intent to extend the Contract Term at the sa e rr'oe. tern-s an': : '.•ons for a specific number cf Days. Additional extensions over the f'`st o ~ hum : y (120) Day extension may occur, if the City and the Design -Build Firm are in mutual agreement of such extension. 4. Notices Whenever either party desires to give written notice unto the other relating to the Design -Build Cont;-act. such must be addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written nonce in compliance with the provisions of this Article. Notice shall be deemed given on the date 15 'r'regrer+ r��K v?jhr iC 3 lk �3t r�[!;r �`.lect R- 1 1 ' 1 7 City of Miami, Florida Contract No 15-15-' 3G rece, iieo4 or y,itin three (3) days ofmailing, if maed through the United States Postal Service, Notice Snail dee ed given an the date sent via e-mall or facsimile Notice shall be deemed g ven via co,.rr'er c'e ie j se ice upon the initial delivery .ate by the couner delivery servi:e For the present. the parties :es gnate the following as the r spe;t:ve places for giving of notice. For City of Miami: P,I _ Jeo',acny Rodriguez, P.E. Office of Capita' Improle,men',3 Director City of Miami S 2" Avenue, 8 r Floor 1a i, Ficr'da 33113 For Design -Build Firm: onael D Crysta' V _e Pnes.Ca : of Cc ; a' ens S . ie n j.in `'` i.-.J r'i"- v a So 1 : s I no. 27-t Lockport Road 1•aga �,o a Fa s I�I�rtil 1 :rk 1 3'� J,5 D ng t,eDes gn-B'. ld rn^anta'n 8 P- as3 :r a t:- e Pr 3n3i, T-' ,s ' i11; . The Des -P _ si ec., t. C. :_.' innmes a3 tn.:, pro gress ,ress _ Pn�ject 3t3 l ``�„'es t 'r - J , COC,M ns y, Di �i met P,13^a j er, 5, Prio`i`'., of Provision Ei'� t_ n _.`�^^�-. ram-_. ern t, 'or-o'a;.. _ Of ..:' e7-i a-' 'v_. e . ni-ientss iriaari-d to nee cr a r :too _ into t,ns _-e Dc._ir rj re fenen:o 3 ii__ _r't. ry "'•. 'T =r' the s_ .at: ; `-_„ ;-o bl the Des g_,, Criteria Ps; ..tea . � .,'.�'� of Do,o;,...n~ . _S, th a to:.oY,'ng order crecetlence shall • Revisions 37a Cane Criers to fne Contract in aoc:r-1:37Ca '� J.{_� r?a FD_P Subs _nt Awcpro ia1.7 ' ..._-aria:_. as it. may be a`"'�n1-a from time to time: ' P 3"'s Sc .oi` at:ons. • R_P, a i 3Ty aiceoda is3'-ad Sat•n any RFP R_;._o ses r`/ e prr,,"s o73 of laws or codes ?_._;rd"'S s: cetio-s or v'arrantees, or lho'ustryi S:anda-is a`_ !n conf ict, the r'::ra re .. o:,'ve or f, -i c 5^_'. I goIern. 6, Indemnification Des gn-B 'o F - m s7,3'; !ndenntfy, hold save harmless, and defend at its oyin costs and e.< erase, the City. Ls agencies, i'nstrumente'Wes. officials, officers.„ agents, representatdes. and employees y _hie City" or "the lndemnitees') from liabWties, damages, losses. a ;d costs, Including, but not I imted to reasonable attorney's fees, to the extant caused by the negligence, failure to follow any ,.?,ciplicable statute, code. permit, or governmental reguation or rule. recklessness or !ntentiona' ',vrong`JI misconduct, act or omission of Design -Build Firm and persons employed or utilized v: Desig ii-SJild Firm in the performance of this Contract and vHHll indemnify, hold harmless and de` n the Indemnites against any civil actions, in law cr in equity in contract or in tort, staetor, re'g_,ia.tory adrrinist-ative or similar claims. injuries, or damages arising or resulting from i3 i'layr'erCree.t 5?'r:ch:..ara! R3st-Jr3tion P.'niect 3 i? i City of Miami, Florida Contract No. 15-16-030 the permitted Work, These indemnifications shall survive the terra of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand. Design -Build Firm shall. upon Y,r -tech notice from City. resist and defend such action. at its own cost and expense, or proceed ng satisfactory to the City Attorney This will apply through administrative, litiga`.: _,.___e'ate. s'applemerntal, bankruptcy, and,or regulatory proce d.ngs. The Des gn-B . e<o-ess l understands and agrees that any insurance protection required by r;'7'-3:t or ct=',','sa provided by Design -Build Firm shall in no way limit the resoons tii _. ,,ify, keep ut . 53 /e harmless and defend the Indemnitees The indenrnf cation provided above she'; gate Design -Build Firm to defend at its own expense to and through a,dmin. st-at; /e, Iltigaticn, regulatory, appellate• supplement:l or bankruptcy proceeding. or to provde `:- such defense at City's option. any and all suits and actions of every name and descr;phon may be broi._,g't age nst City, ansing from the Work, whether performed by Des o -B'_ Firm or persons em ioy ed or utilized by Design -Build r� Firm. Th s In ` m .ty 'S' sun/lie. line cancel a..cncr eKcir.at. n t° r �r N i• ..�, �..,��,� _<r''e �` tne lar',s v'F :"',? 7tatv t- r]r,'d?, t� t o ?' ts-chs and pro r's,onso` §725.7 ano.or -§725.03. tine and as a 'o'icable to the Ccntraot, Dosgn �_, a F:rn7 sr'al requ're a'l S bcons._;;tan _ a s _1 a pro i sion that _hey e fy tno City as set forth In this Contract. Tine ❑�_ _�'-�. ��, Firm agrees and , -cr'o "- that tG, J City s ';a r ct .'r' . or responsible _ -s L e e(tent c13.775 a -se i-yn the neo cent a3 n3 o .77'ssions of the Tes y '-3. d Frrr- in ',': r t u City. pan: - Yi i J' 1 re i' o i, _ concurrence e ri tre Des gin -_.a u ; Fn'. s ao',_^S 11 re 'e ` ' appro i ng or reje:_,ng a j S 'scions by trie ❑es;gn- LB_..3g Fr— or C•o tea,_'_s F C-Te Des N _. F..., the City In no ass'..;rie3 Or snares any res:cn3.5 t/ H3C Des. n-E— Fitrin S b-Des r.,•t Firm. under t"ls Agreernent Ten d _dens h - payments rrade by the City const r_.`.e separate, d stiff ct, and Independent corns dera:,on tre granting of th's indemnif:a_,o n, th;; rece'pt and sufficiency of,<<hicin is ackno;v'edjed by the Des an -Bela Firm. 7. Insurance . - _ obligations or liab lit,as of Des ra -Biiid Fir^ . Design -Build Firmsna', pro'Jid e. pay far, a a other in force. until al of its to be performed under this Contract has been oted and aocepted by City (or for s_ch duration as Is otherwise specif;ecl herenafter). the insurance coverages set forth herein. 7.1, Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit $2,000,000 Products/Completed Operations 52,000,000 Personal and Advertising Injury B. Endorsements Required 17 S 1,000,000 31,000,000 This _,, v'/3gnerCresk C.ar'al Resnr3t:on Pr,iect a3,17 17 City of P,liami. Florida Contract No. 15-10-030 City of Miami, its erected off'cia:s. instrume•^.:aJities and employees listed as an additional insured Contingent and Contractual Exposures Explosion, Collapse and Underground Hazard Primary and Non Contributory Endorsement Products and Completed Operations covered' for a m:nirnum or tnroe years folicwruing project cor nplet on. Additional insureds inckud,dd on this requirement. 7.2. Business Automobile Liability A. Limits of Liavil,ty Bcd iy In1iry and Pr =�,ty Damage Liability Conned SIngia Limit Any Auto Owned. Schell+sled I:' olud r ; H rail B,nr''oWe a or Non -ay -ad Ao's Any Oiye Accident S1 COO Endorsements Re.n u'red = j r�, 7 � a Its _ 1 '4i o--u:� s Ir 1. a c":a .=s ?^;! cm"i,JjeE_a 1 as an. as ;it ono Ins Wired '�lar;r=r's Ccmpens3tian Lire is _ LIaLci,ij ;Slat-,tto`y-State c= F •_rHda ',Va./or cif subrogation y USL&H. 1,- APPLIC,',BLE Employer's Liability A. L'r- or Liability 3 _Go for ly injury cased by an accident ea,n accident. S for h'od Il inju j ca.aso.d cy d's ace. eao;. emp'ofee S1,CCQi,C,00 for .; i a :>;�' by disease. policy limit 7.4. Um brella, Excess Liability A Limits cf Liabi i y B,cdily Injury and Property Damage Liability Each Occurrence S15.000,000 Aggregate S15.000.000 City cf its elected officials, instrumentalities and employees listed as an additional insured Excess Form over all applicable liability policies contained herein 13 I"r3yrar .r3ek C.37.31 Restor.at.3n Pnniect Rd1 3 17 17 City of Nlamri, Honda Contract No. 15-13-030 7.5, Environmental ImpairmentlCPL Liability 53.0+JG CI5C each clam and agg-egate City eieoted offcials. Instr'urnentai'ties and employees listed as an as d i:ional insured Fide Year Reporting Period 7.6. Payment and Performance Bond 100% of Contract value r.i y or I`) a', i`_s e'e,ted off gals, Ir's`n n-enta it.es, and employees listed as an Ogee 7.7. Professional Liability $3 000,000,S3.00'J,000 per claim and in the aggregate. R2t-c Gate Include -in,' pet start of Project date. This she'I be e,c : r annoNeabie and N' o'r'__o' by an) and al cons'jI:ants. s'oboorsulta.nts. or contractors en.:s sd in the Pr o'eot. 7,3, Protection and Indemnity Liability :s OCIJ,S2.00C GC 1 es Act Inciaded lls.ei as an ns jra� 7.9, Crime Coverage ojee D _ o-es:y and Fcrpe-y Ate-at'o^ s „ a— e:t� a s. I. ? a is e"-.n o' je2s its: as loss The Des ; i Fir , is res:on .b's f dedJottitiiies in terms of ail lies of c,e-age c' picl oies be-e'n conta nad . _ a ly noted it Sect;en (7,1 Insurance. 7.10. Other Coverage req t j FDEP !Mrs :art to S- t.,sr 9 C3 of Re d. The above policies shall provide the City of Miami with written notice of cancellation from tho insurer not less than (30) days prior to any such cancellation. Companies aatnor,zed or approved to do business in the Stara of Florida, 'witn the folio+,ding 1ualr cat.ons s,.a " ;SSue all Ins'lrance policies required above. The cc;npany must be rated no less than "A as to m37a35 vet, and no less than "Class X" as to Financial Strengtn, by the latest edition of Bests lrs_;rance Guide, published by A.M. Best Company, Old^,+rick, New Jersey, ar its e'pu'',a'ent, All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 14 "ii3grerRest:r3tlor P'�l. :t R; 11 17 17 City of Miami, Florida Contract No. 15-16-030 8, Performance and Payment Bond The Design -Build Firm shall within fifteen (15) Days of being notified of award. furnish a Performance Payment Bond containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100°i0) of the Design -Build Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers. laborers. or Sub Design -Build Firm, and Subconsultant employed pursuant to this Project(s). Each Bond shall be with a Surety. which is qualified pursuant to Article 9. Qualification of Surety. Each Bond shall continue in effect for one (1) year after Final Completion and acceptance of the Work with liability equal to cne hundred percent (100%) of the Contract value, or an additional bond sha'I be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or r,aterais which appear within one (1) year after Final Completion of the Project(s). The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1)(a), Honda Statutes, as may be amended from time to time. Design -Build Firm shall ensure that the bcnd(s) referenced above shall be recorded in the public rewords and provide City with evidence cf such recording. The Payment,' Performance Bond s hail be in substantially the form provided by Section 255.05, Honda Statutes and be subject to the approval cf the Risk Management Director and the City Attorney as to legal form. Qualification of Surety Bid Bon 's Performance Payment Bonds over Five Hundred Thousand Dollars ($500,C '0 C0): Each rcrd must be executed by a surety company of recognized standing, currently authorized to do business in the State of Rohde as surety. having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years The Surety shall haid a current certificate of authority as acceptable surety on federal bonds in accordance'Jvith United States Department of Treasury Circular 570, Current Revisions. If the amount cf the Bond exceeds trite underwriting limitation set forth in the circular, in order to qualify. the net retention of the Surety sha'I not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1973 (31 DFR Section 223 10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to S2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom cf the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Design -Build Firm with a surety company acceptable to the City. only if the Contract amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: 20 v'iagner Creek Seybe c canal Restoration Prefect Re,, 3,17 17 City of M,ami, Fonda Contract No 15-1-5-030 Policy- Financial Amount of Bond holders Size Ratings Category 500,001 to 1,000,000 B+ Class I 1.000,001 to 2.000,000 B+ Class .... II 2 000.001 to 5,000.000 A Class ...Ail 5.000 001 to 10 000,000 A Class IV 10.000.001 to 25,000.000 A Class V 25 000 001 to 50,000.000 A Class - VI 50.000.001 or more A Class ,. VII F ' c e ty of Fi,o Hurd-ed Thousand Dollars (3500 000 00, or less. City may accept a B,rd Bcrd. P,, cr:'once Bond and Pa Jrnent Bard from a S..Ye', „ :h has the, minimum I sar.�l„Is and capita' b.y the Florida Insurance Code at tne inne the n /.«ati n i� .� to bid is issued, if the IS' o-e-,v'se it r n:i ce 1 it - � .,o a-_ �� - : the orov'scr'S _ F;v :Ue I^s_ralnceC�c��e.andif YJ., .J :o.' pa", hods a c_�`ren' y va is c .-tifice -,nj ss'ae.'d by the, Untied States tna Tro35 -y unde Sa::'rr +3= + to 9I it.e 31 of the United States Code, a3 rrey ba a�':"'"'.e ,' f,orn 'time to time. A Cer- it oa`_ _ -' Affdaiiit so cetfjing � '� y J s� cu.�. be subrnitted the Bid Bond and also "vvltn tho Perform a.hice,Payment Bond. l,l re 3t"n~ roc,, ements ;r a"j ant agency et forth w' RFP, r -�-� :;r ay a� s- �i tnera are no st cent re4„ire- _ -s the provisions of this se=aon shall 10, General Requirerrents s .. Des gn-So.H,i Ir n s, na l be cCr3 a t'a ';= a'I tinn s Its em: Jae s), :3;" en-L-.-,,ofeei 31 Dr a „ti s 1 Of the Cit.' or any of its Fa, -e as tnaf the Design -Build Firm ihii. at a'' er•ploy, ma,ny.3.� �e _ o ct of 4s3 � _ + �.,. ,.. �•f"-,�. �v,. a Pi �: �,- a sufficient i i��c`r cl. r.F'r:.C.ail anti, ro t v� f I;. �,: _. � and ... � ��r3:�"i el �:� meet the requirements :., the 1I�.1.r4 to be cefo"''' d The i g Firm s toe. '1st staffing levels or t'C repla:e an/ staff personnel If so requested bj the Pr: e_: I='-a;-ar, sna'alc the Project Manager make a deterhlinat,on that said staffing is t-nacoepiteoiaiD that a^ j in ,'dual is not Fe-ormingin a r^r✓r consistent with the for ch a s.t,cn. Tre Firmi represents that Its staff personnel In3./e :rpoer S1.IIIS, training oaai_ = in. know'e : e ce _ ce rights, authorizations, inta,rity. cha-enter and licenses as recessan, t1:o f n. tine, 'rtii•wr�ti In a competent and professional manner, The Des g`-Bi_ Firm. siha I perform the work completes in p oeand readyfor �. � a., r a continuous san»oe, an snail I; de rave rs. test,ng. permits, clean-up, replacements, and restcraticn required fired as a res u'` of damages caused during this construction. The Design -Build Firm shelf provide temporary facilities and controls necessary to perform the 'iV r'k and to ensure safe and proper access and use of the site by the Project Manager arid the Consultant, The Desig'-Build Firm snail at a!I times cooperate 'pith the City or the Consultant and coordinate its respe:_. ,e ','Work e`'orts to most effectively and efficiently progress the performance of the 1Vork. 21 l3gner'Creek 9 1 ci '.af 3i R stor3t,CT Propect � 3.17 11 City of isi,1 arr'. Contraot No15-10-030 Tr. C• �' C: 3��'3':t �� ether agencies authorized by the C. shall hafe :ce a fu II 5s to the e s; s) at all times, during the hours cf ',vol.*, incl.��� nig 4'-,t not limited to. if the publiois rea,:tsafety. and ',+;QIF are are at risk, The Design-Bui Fi;,;l shall be responsible for the good con�dlt cn of the V!'orlk or ate a's until ' rr ri forme' re"ease from its cbiigations under the terms of the Contract Documents Des g i!: Fnnl shall wear a i losses resulting to it on acco+ur't of the 3"'ount Cf the 11', crk or the. c3'a:ter of the .;round, being different from What is anticipate: A, r e,','y : nst`��._'� ',t,ork shall be carefully pr�teote'd from injury in any l,Winee;ing. Z.•3:.-g : heavy loads Cfl It sip i •: r`Jed and the Design-B.. E -. - at its c n e <cense sn,a re::ors:"1.. tine dernonstrati _ .s damaged, as adiudica:e ' r J the, Ci The Des gill-Bu' 1 F s:`a ' a-. t: es C " _ sr'k in s' :h 173-re:` a nd in such so'�uenoe as C0M- _-,,;a' ,' reasons - fit,- the least 4,tit local interference Ali de _ .:aeons o_'7v-ts r �,�r 3 .�`�� �V' �'a t.O : e g' ante) a-n :i con'duate tine Fa`t.es !hie re ese- a: t-- s '_s: ac'.- re: s - f:r the er e of L.'. _ s3 s-a :e _ nd fa t a:^'J I ss 'r ",ti,'aes7 s.:, _i a ie a s:a"ds OF re:::- = v» :hat °s ..:"s seen_ ',,'., r r a ind'u3t`j pa::Oes for tne ','i:Ik inf`CI' ed, and sine ^JF he lu , .asionaatly r5, 'i : _ions or l ei'ajef.4 ''!}! time periods are not spe ed, a reasonable percd of ti : shill Ce a` ed City. . e C ns-lTen.. 3-72r e Des.gn_F3I : i m a:knc.i'r e-ITi agree tnat p'..rsua"._ to Se:: =7 3 C2 : the Ste ReF',': Loa-. Agreenne't they _,'_,e access to the o,e:t_ t=s' w a� a:e o _es to. a_: .r _:e r e_3_ :at es _` =L7:-F ?. an.'rea:."?_le r v3.ws= t'e _ es='.,� : _ -ss s contr?ae(s are s_, _. :. "s Ir 3`') t3 nic Fe:: nis:e:teiris i��_��' ^'`a� ^- ?,s Ia_ e ^J copies or a s. e_ :a:,_rs a-: s_.p.c.ieniteiTtaty materials Method of Psrforrminci the Work '-gas.. 7`.3 are 3:--3_-- by conditions a i:E.-3 t: f' vu .: ." 1sf It sn.sil c the. D _ -. F -'ys ( slcl `'/ C- 73 at f. a' a3t'w� > >T. i _ :s s-'t 'en:_ of the Co^t.'a:t u:=_, sn`s a t :! - - - - f s :" pt.ur '+_: C'y any is e core a _ n:- _ . :_ _ Sre�, spa: cga`oei as rear -g that custorna-' g- epal fnd�_.�'j a::.ce is to c":,aii and that the Custoi a`j 'g ne s in .s:`j s:a"is`: of material and ',', ;'+ a s is to be use, ir.e-f :3t cr the Coo ' ..3t sbaii be made upon tr?: Ca.> s. C:77 cater and cooed nat sn be_,,,aen the Proect klanade , Cc,s,ji:an:. a'd the Design- SuF is s s to success':' e ce:ution and completion of the Vi:ri. I' the Project Manager or Cs :a eas r'abi, delierT.neS the rate of progress of the `,'fork is not in compliance with Section 2 cf the Contrast. but not limited to Section 2 of the Contract or the Design -Build Firm is not procee7.4. n 'rlith he Work diligently or expeditiously or is not performing all or any part of the Work a:Cord ng to the Project schedule accepted by or determined by the Project. the Prc;eot Manager shall ha'•;e the right to order the Design -Build Firm to do either or both of the follo',uing: (1) impro're its work force; and, or (2) improve its performance in accordance with, the schedule The Design-B..Jild Firrh seal! comply with such orders at no ad'dlt:ona' cost to the City. ,r,:thn seven Days upon the receipt of a "Notice to Cure'; (3) The City at its sole option may a:so hale Work performed by a third party Design -Build Firm and deduct such cost from any monies due the Design -Build Firm. lgr'er Cr-ek Sett0.0 '3:,cr �r:;e•.' rev, 3 1' 17 City of Miami. Florida Contact No. 15-16-030 Where materials are transported in the performance of the VVork, vehicles shall not be loaded beyond the Cap3:ity recommended by the vehicle manufacturer or permitted by Federal. State or local la'N!s). 'When it is n,e' essary to cross curbing or sidewalks, protection against damage sha"l be provided by the Design -Build Firm and any damaged curbing grass areas s;de,,5,alks or other areas shall be repaired at the expense of the Design-Bulliii Firm t) the satisfaction of the Project Ntana per and Consultant. The Be],,�., - . ' -, Firm shell rurnis;h to the Project Nla,nager a compete listing of 2-1-hour tole �nr 3-rat ens ble representatives of the Design -Build Firm and al cf the .s Sao, _i _s.gniBui!d Firm and Subcor'suitants can be reached should the a/. arise at any 12. Work Staging and Phasing The 1,'i �r� to . - be-ro = _-?' be done in such a f"a: so as not to interfere ,t ith L r � �,.,rf r„ „ „ the normal C'.! = Jd t o r =_" s:a or fa;lllty. Tie rthe Work Is performed shall _ Project Manager and Cone -a 't Pihorn ir necessary shall ra io )r'-J to = i - a in the manner In ''i ` t" iV3(i, is pa -formed. There she.' be no obs ru..on ;` City sa-,`_es ',,'-h J�_ tne prier idv-it_t_eini aporoi,iar or the Project Manag-er or Corsulta,ht A,I e'1-,ests nterituotion or obstruction uct.on mu13t tie gi'ron In britir g to the. Project Manager or Consultant. 2 l sin aarance of the Inte'ruot on of City opeira`,ons. The Desgh-Buridd Frr i sL'a fa I a h itsolf'iti`_normal City operations where the Vi crilk is to be perfori' ed so '.,at rfi oar; con �_,ot t; o I,'1or'k�in the best poss tie -nen to the comoiete satiscaotion of the Pr;jeotManager and Cons iltant. A s-3;i'"g r .s �'_ to 3 J Pr:! - t iNIahader or tre Consultant _. 'a _ :` : 3^d s3�a �" i s t Pr: 3O'3 Such sta; ng pan snel Ce r= i'3? 3 ',tat: as Ineoe nary daring c , _ a_t or'. 13 Site Investiaat;on and Reorasentation i ine Diesn-B_w Fii that li l'3s sat ,s -',_d, itself as f7 trine i 3`_'.-.'3 IuCaCn�s) of the "lVDrl<, a- t = Con:, obJm? :s. the general and lode: cond tionsi panticuia,-ly bes"n a a .a 3C rj Cf t737sC —.3t orh d.sposa', ha and storsge. ol:rrateiTials. a ia"latility of lav e act :',er aid roads, tie coy' o ,a`ic and r - a"the g , �' ]'1� :ors ground �a3���.. Citi, reotoihts t'-e t� a �'L .;'; _facii :as needed iorsi "a.y tJ and during t.nia or the Yi.ri{. and 7 .�,, r -e's �,^�:h r any i y a` ec "i ..I r�nat Carl in �<<a ,t tne ors or the cost. _ J __ tine Contract Do:ummonts The Deg - _ . 1 '��,rm farther acknc',',led'ges that it has sans' itseir Ceased on any gooteohnioal reports .. 3 j pro,;dv and inscect,on of the Projecti,s% sitels) as to the character, qua,`it y and y e and s4.; su face materials to be encountered from inspecting the site and from era _a_ : J : rmat n den ,ad from exploratory work that may ha re been done by the City or included in this Contract Documents. Any failure by the Design -Build Firm to acquaint itself with al the. provided information and inf•ormat;on obtained by visiting the Projects) Sites ��lll hot re o .e Design -Build Firm from responsibility for properly estimating the difficulty or cost t,riereof U d-r the Contract Documents. In the event that the actual subsurface conditions vary from the actual reports the City provided the Design -Build Firm shall notify the City and the Contract Documents amounts may be adjusted up or down depending on the Conditions. Adjustment will not be unreasonably held. 23 43grer Cr=ak 3e tclC L'Aral Ra:.nr t �r•oiar'.t R- 3 1 - 1 7 City of Miami. Florda Contract No 1 5-16-030 14 Design -build Firm to Check Plans, Specifications and Data Design -bubo' Firm shall verify all dimensions, q'Jant:tles and dela is shown or; two plans, sppecificar ons Jr other data received from Project lilanager or Consultant as part of the C.Jn"act Documents. and shall notify. the Project Manager and the Consul ant of a'I errors. crriss oC5 and discrepancies found there. n three (i3) Days of discovery, Design -Build Fir— not be a lowed tc take. a 'vantage of any e-ror. omission or discrepancy in he plans or specif cations as tie Des BJ'!d Fire- has sole responsibility for design and const _:t c--, ❑es;gn-B. d Firm Is also liat,e and or re -works resulting from errors. orn ss ns or d sore:a'' , es in the plans andior specifications. 15. Design -Build Firm's Responsibility for Damages and Accidents s :s a res ono f,- i pc; s.ns` i7.iisse.s or damages to the extent cais•e: by Des gn-G_ F s ^ros:h of cont;3:t. r_-. v e _ I,nd'Jstry Ste, Via- or ca-e for 'LT-L. y =Th. .H Frna: Completion, e<Jept for 3y c` moo Project u-de the City's or a^: _ _ c Lse after S ` stahf a' C+ r r C: _ion. and snail pr � oir., reca _ _'�_.a`„oa. ",_io' _- �3.to��?t..; a"„ 51 3s �a a;od I_st a`. v or d>>`"olsil ^ems to Desgn-BJ-;' F crealnU j _, ne-jlicoin reach ^' t !industry Stands .:3"e. 16. Accidents Tn u3=, 5 i'a F " s -.a I p o',' le such e.,'_iSp„-it an `3. s as a y c rn tne Difw... o s f-" ,firs`. a /'' o to person '` J ;may t e In .1 the Pi-oiect. dJra Tt o Dss j mar a F'rrin shall a.si: Como "� OSHA re_rr-• e dnt . :3 C=F 1'923 the D-os ,^-5a a F Js' ateri ._ t v Pry:' M1r}a-aye ;,ley a:cidon: :er ions da..3."y:: P:.art'/, 2-2u 3 F� r7", n I' ng . I I..'- n 3Y, ;n� _�r� r t�7. . f '�r� -J7 3 r� j�-. ..J any air a cclder''=s 17. Safety Precautions s,". '. be so:eiiiy ros -ns Pie for inA;at rig r ' nta y a" a supe`r`sinrg ail safety preca_`io, and cony oar.._n to the Vr'_or- Design-B...rd Firm s 3„ take iega'ij ran -tea -r ra35c"ain.-- ;a Jtions for he s a-c`,r of and shall the r'e:e3sa-y protect. to pr9,e-_ da,moye,ry or less • Aii Des 3n,-5. Firs~ _n coos on the Pr:je ,ss tei s a n. other persons performing Des F, • -s g F:=n 'r , v and ail materials or e'i:,JIpment to be incorporated therein, in storage on or c-..he Project site(s). and • _ n a: the Proieot Sites) or adjacent there:o. inducing trees. shrubs lawns, ;s. rsacwa y's st"°ucturas and utilities not designated for removal, relocation cr ient in the course of construction, Design-Bu'ld Firm shall designate a responsible member of its organization at the Project sites) whose duty shall be tree prevention of accidents. This person shad be Design -Build Firm's superinte^Cant unless otherwise designated in writing by Design -Build Firm to Project Manager. Design -Build Firm shall comply with all applicable laws. ordinanoas, rJles, regulations and orders of any public body haring jurisdiction for the safety of persons or property or to protect them from damage. injury or loss: and shall erect and maintain all legally required and commercially reasonable safeguards for such safety and protection. Design -Build Firm shall notify owners of adjacent prove-t; and utilities when prosecution of tine Work may affect them. All damage, injury 24 Al3gjrer Re, 3, j' ! 7 City of Miami, Florida Ccntract No 15-10-030 or .is to any property ca ,e; d reVtly or indi �!e c'r in part. by Des.gn-B.Ji!d Firm any S _ oos, `a^t or anyone dlreo' y cr indirectly hc J any. �` them or anyone for whose a,ts any z` t - rrna j be liable, sna'. be rer ;erd e_ LT!! Des g B. c Firm. Design-Bji!d Firms duties and re sv•.:` S t es for the safetyand motec ; _ r'r Cry shall continue nt r- - - [� u� lsuch time as ail tine 'r'ror;k i uom eie:ed and Protect 1�,1ar'ag�r has ss.aeid t,^ De an-B iId F toof -, � s � Firm a nc of Fir, Completion, - Firrr',5t attnere to k^� appilua�o _nnen `a! protection f:r tne _,rsy On uF a Pi•.4j=_: I- �'-�. '?`��:s d4,astr 7'373'3. a Jd detected or 'n? �d 7- - 5 ,�� s y� 'a:., a any t� e, Project ,1a^a; 1s::Te rc- _ tt -,e-Th and ele-y occurrence. The Des gn- Firm~ jha! rJ a -na^:ems r. es orders a"d othe r a s:-' n: s + • '10 !!.-j !!-!!!: to OSHA, P _Ptine City,Da..e Coun iFieriiri3 Deca . CrTra-`_ . sin t, DJ : S ete cr Fiani33. and Florida B:I!din'g Code),'r5,h' i JNr 07 the oeT3-range of the 'r`rork. The Day , Firm s'^a I tah.e the resoons: Lty o.r3iilde 3 i':'�3��1 �,v eT.' and re3 _.-3= T3 53aga3'�3 InCi''-�, r cj c "'1- , to prose s3 ca- :ad s r s ya_ steeles - 3,PLI I �;-s t a ? „ ce553'/ +^' prate:to^ of ir3 e""'t cl e_ ei vie" 35 the C,r Yr^ cy.e33. gis a- -a ".,ldin4g shy: be constr...]: h i'r good sew^: irs..�,-�a+s of ,s'3n5 for the.: use 3^'7.,' 5-,bsta7a l cr.:ed tee" ..r secured for the 5_3- ty o- f thidse rv';_j aJ to !hei as those ir t J y _ _: .1 rnig tna O,m 3.,.cr•.,g ;a.-+� rs _ 3:7 :h= !=n 3-,a' be. OSHA Ten'.., as a_ _ an.J in 333Crda"3e',`,'., _. .J-3 -. -, -'_i 'h a .o e r`1 i.13 "'3 �e as: - 3µ�...' - '+ , �.., e-ce , 0-_ Firm - 3 sin re- --nit! - - - - - - -_ - ! _ _ a� _J,c a-e �.,..-se� sr _ a_ cn r.c t;,.,- f� Occupational Health and Safety ! a --a ti' C- , „ 5.__ s �o,�', _� � �_ .. _. ri'�r'�a � �.�� any iJ.; ., 5a��.a^_ listed in 5vd_33F-4i.G3 the ,Cr' �a 3:r3:. /� Cod-. ua a � ns a r -s_i'' of a Project '"'1:5t b a. oompa. i e by a r �.s.., r� v a ern h a i is is ate D3 S- ((i 1-1 ti yr , _ f ._ MSDS - .� -�� .._a I i, �J.7 �/�! Imo J 1+5i `. .. J._. ^C� r���H� t ... r^a note v.v Jr� The 1~,1SDJ r;''.._t inciL'de :'a f3Y3',vn,g • The phien-i.pai name and .he corn~"; , nar-.e of i-.^,e s_, s`.ance, • The ha=s`,,s or sks li +.."'e Lisa of the s'_i:s`.a-•,e ,r :I i n - The .-e� ,a'fire, e g . for <plc,s cn, corrosion, and reac.,.Dn, The i,,ni;',',r. a:u a -rr J.,i J hie.e't.n. effects of risks frov (^G3u ir',:I'Nd.ng the r'?lide! pond t,orS which ga.ner3'll reuCCiIZ„ as being aggrar3:ea e,<cus_.ry :o the Substanne and The pr. -, ; entry and symptoms cf overexposure. • The proper p-e :i .:.r..s handling practices, necessary personal protective equipment. and other safety pr, a _,: ons in the use of or exposure to the substances. including appropriate emergency trea:7et in case of overexposure. • The emergency procedure for spills, fire, disposal, and fast aid. • A descrpt;cn in lay to rr7s of the known specific potential health risks posed by the substance intended tc alert any parson reading this information, • The year and rnont:n, if a iailab e, that the information was compiled and the name. airiness, and emergency telephone number of the manufacturer responsible for preparing the information 23 r'r 3tg er S ej'Ccd :3r'31 3r.1:n -?,, 3 17I' City of Miami, Florida Contract No 15-16-030 19 Labor and Materials Uniess ct�er,','se provided herein_ Design -Build Firm she'! > pay for ail undisputed bills. prepared and subs::ad in accordance with the, cit. and Fonda Stat.;tes 213.79 through 213 79 for ma:eria.s. labor, water, tools. e cr„e'nt. li t:. power, transportation and otner facilities and services necessary for the proper exeeet,eiti ccrnplet°on of the 7rVork. wh etiiter temporary or permanent and wihether incorporated cr to be incorporated in the Work. Des .'.: I-�la' d Firm s,na i a: a'! t,mes enforce strict d'3:I;l,ne and good order among its enpl©jees. S,o De.sign-Buid Firm and Subconsoltant at the Pr01e:t,sl site(s) and sha'I not employ on the Pr: e:t any unfit pe'sc n or a-;yor a not skilled in the V ork to which, they are ass gr.edd. 20 Rules. Regulations, and Licenses: Community Business Enterprise The s_.,cessfui Friir sail comply with all lar`ra and reg,..ilations applicable to pr: ,'S•°:n of services secspecifiei ..,e Cont a.ot Documents. The Design-Bij'Id Firth- she 1 be a f-tia-al. a a :ai la,+,s that imaI affect tna goods afid•or servicesoffered. 1. T�e C 1 ��,la 'ar7j-- has .s"E, 3 `,+,�•t:er ����r tirJr tna. d .o to tine hig` i/ c' ~ art ..a a° Oe3 arig a.� ' n`. Cc rn � r' , Bts ness Enterprise ` CBE") � Pirerr:'+s v't- .:ndo:13�; 57 a i.,' eas'hle S.:n reo_. ants are s_a:.. IS ":i e.ng ape :able ,n _ne C, s solicitation ,.:.ui'ents ngl . the solicitation document states there are no estac shed Ccm^'•wni:y Business enterprise ('CBEJ requlrer-ients for to s Contract. 21. Project Manaaernent V17e7e a Des'gnn-5).1.tii ,rrni la a r',s-aed 1•r'r-,'< the Design-Bulk-1 i .� snap ce respeinsib"s for 'y �-,t __ cr�: -: in accordance ',v'}'-, _ v_n D.�:_.,�e'_� Proi,ect Mana.;e _ _-.a I!'_ Nrµe b t l7 no: II•'" _�� t: °tibia nr' "Ids t_ent3 _ e- : _ _ he se:urino of a -: 1„•sr 1-;.. �;ns _-.]u � � 5_icten. ins ::nni.''jwith a" C t! red -, _ o :s per rm.n:gg. the me sa.,s'a of on of s. e PT_ :t Manage,. pa y.i z, a Jind.si,t.-_.ted.a s ��'a 5_. a:_: as-.ce, r+ ` _ ,' a._. F,i:r'da Statutes 215.7; tnr:_i~-` 213.79, : S Ib De �u -, ,s andS_i'pno - :ants. re'ease :` liens and fees. anobtainingto , .,dryfna' Certi a_ _ of Corr,pl�;'gin. 22. Suoerintenden:e and Supervision The De_ -S'. ; F• . 5, line Contract a:t under his _ ., , ,d It sh to its resoJ ee e, I.. `"� :;r - � tea- -.? ,,.�,r( proper',"l' S_,N+✓"'Js d an� :,� e. .. . alai and e. The Designr. F1rn s- 5_ :ervise tine ' V:.-k persons 11 a :. sn_° 3 a co- - E snee' rg s : ent cr r4,-asent.at.ve ',t,ho .nail be _. .n,e site Pr.ti.eiot at a hours and ;+,h4 snaiiha',o f:,Y _,t-ority by the Design -Build Firm t, . tine performance of the 'r'rcrk and ,make 3`r angenen s `Jr a'l necessary materials, equiornent. an.d. labor without delay. The orders of the City are y',en through the Project Manager, +,tih;ch instructions are to be strictly and promptly followed in eery case. Design -Build Firm sha'I keep on the Prcjoct during its pr:,vress. a full-time competent English speaking superintendent and any necessary assistants, 1 ' ss` sfa:tort' to Project f‘,lanagar, The superintendent shall nct be changed except with the '` t`e'- consent of Prefect Manager, unless the superintendent proves to be unsatisfactory to Dvs.gn-Build Firm and ceases to be in its employ. The superintendent shall represent Design - Build Firr'l and all d'recticns in writing given to the superintendent sha'I be as binding as if given to Design -Build Firm and will be confirmed in writing by Project Manager upon the written request of Design -Build Firm, Design -Build Firm shall give efficient supervision to the Work. using its 2e '!`/3ljnef 2r? ' r r C L Cara R st r�I. Pro1?S:t , 17 17 City of Miami. Florida Contract No 15-15-03,3 'Jest skill and, attention. The Project Manager shall be, provided telephone numberi,$) for the s..per''ntendent where the superintendent can be contacted daring normal krlorking hours as well as a`ter hours for emergencies The ❑e.s.gn-Build Firms superlrt=^';="' isna'H recant,' at a `'re following information a bound Icg, the day. date' 'heather�.^s. and haw a �, a " r � - -,� � -.� condition affected progress Cr the? Vvork: time o' commencement for tr2e day t e r'/or'k be ng perfcrrned materials, laco'r cersornel. e'ti' e^t an-' Sub Qss .-�U�li'� Fir, and h + is at the end. 'p - " u �s 1 Sa..�_ons�i�an.� Proj�u_.s} v'_ tars to the P- of re resentat,ves of the City. regulatory r=:c7re5e-t 7. sees:a' .ond,.icr.s or occurrences encountered; and the time of erh. hat en _ "r','v far t' Air in•_- ,at r:n shall be recorded in the daily log in inde,ibie ink. T 7e Project <eat or r `jet ti s 3 an sLa'l be as ia'labieat all times for inspection .. a.� ocp1 s by f roject Ma: any er The P"ro e.ot lMa-a ❑ s g''-E..." I. --' Firm and c ss'itant shall near at leas'.? lien/two (2) weeks or as �otr �.r•,4,'s v r..e rr,-., t! b tree rr2,j of Va-,,3;er d..iring the. course of t:1- 1i5, :r\, reiew and et,' a -'J 'ss e3 The Des. n-B _, :: r-I_n, s dji7n. k. e an'a c, st ;c `e r-% J»s a,J a-y acre-ents thereto of eaah s'scn rhea_ If D s;' 8 Fl . , . , :o ise iof performii-cz, the'/Vark, Inds any d's :a`oj between the Conntraat Doourre,nts and the his ca, cord tons of the lMca.ltty, or any err:vs, ormssans or d's:reoanoles to e Fla. -is sna', cc Des duti to immediately inform Praoot ti+lanai r an.C,orsui_ In !}.r : a ar n 1- or Co ]_i`.a .. 'rS p-o-rntly fiew sa . AlY, or be -forme -id" as a r ssut /r',', li be done at De_ - u_,ii i F,r . 's s.o,a risK. ',3 DoF s'wa'i „:o ','se an:J r=dtthe �r�,_�� of r� oetent!'i aid r''oi� r �vat•� " s ,;h . thereto e.o a`� lhe:h si_.., s'-‘.is am:: e.(oer s, � as n^al be r `y tJ Mr Jy the , a:oCrJsnos -- D.. 8 •'d _ ,, .. � M��a_. D�aaur� . �3. `-'J g'l-��' Firm s'^a� be ,r�-�y rrspons,c'.. far e means n,etnoates. as. a3'7 _len ;s. and prace�ures ofcons'.r_,:tJ Authority of the Project Manager The D he'eby a'-, � �7es t, Profeof 73g-or the CCnsurltant. ",'ilti^"In the scope of Its a fire ,r,e n. 'r','tl i _ G:y. ' es'g,"a s in the a : D:cj 1nts to determine. all questions of .- any nati ern l�1,`"taFsoei/`r 0' f J Vi __. ..o _ .i :•on lvo.._ ,',":h or in any `Pia', relating to or an a:c'o',:nt of tf�a-'J ._. 5rns as to the Into hr tat on of the }i'iork to be performer ur.der this Contrast D^curne, ts. Tbo De,^-B wd _ a comely nit a' .� _., s cr Project Manager and ar n s� P_. Firm s rigtc ':;n�,ts sane as c"ei,'J_i in, this Cc htraat an. s`'a to „ `a^ requests of the ProJeot Ma"a,er at 4.4,`J"3,43aTiy css Crdo: a„d rag eitaieSS t`'e F.77 agrees 'rL . .� the Pr-e:t Managers and or Cons_ _tarsi s detethr.hia. oh or rv; osts. ',V re requests are made orally, the Project Manager and,or Co ,� .terse ,viil fallow up in writing as soon thereafter as is practicable. Tho P; :'ect Manager and ar Consultant shall have authority to act on behalf of the City to the e{tent provided by the Contract, unless othenavise modified in writing by the City. All instructions to the Design -Build Firm shall be issued in writing. All instructions to the Design -build Firm shall be issued through the Director or Project Manager or the Consultant, The Project Manager and Consultant shall have access to the Project\sl S,te s) at ail times, The Design -Build Firm shall or'o,ide safe facilities far such access so the Project Manager and 27 1�1 .3grer CreeK v�j UQli� '..anal h�33t �f 3r �-f` �.;ai.i i " 7 City of (t+1i3'71. Florida Contract No. 15-16-030 Cors� `art may perform the r funct,cns un.er the DeslT-BJi'd Contract. The Project t~+lanager and Consultant Will make per,©di. Visits to the Work Site to become generally familiar with the p- g-ess and g'Ja'ity of the Work, and to determine if the Vior'k is proceed ng in accordance with t-e Contract Documents, The Project Ma-'ager 'r`rlli rot be for cons:`.ruct;on meals. tom'_'s ;hniq � tC, , �...w?s, se7.,u1nces or praced' es. cr for safety Cry:a,it'on_ and programs in c:onre:. �, - " N �� _ _ 'Work, 377,1 'rzr';; not be re.soo.ns,b'e r v Des , �d F,rr s faiilure to ca-ry out the in 3:.:'7:3-ce 51' the Contract Docurnents P' ,e• t Manager _. _ ' _ t r'rhli ha r'e a orit, to reject _ a`. does rot Cer'tc h-, tJ Dc cii,rne _ '�r _ car. tr h _ he _., nlcn, It 3 cohs _Cessa'yGra'_J's'bie te. r-e. C€ the not .`a:. D': _ nnie-ts the Propjet. __ ,,\,Iana,ger and ConsJitant rie , u a., rat �_ s: al i-, sce,'n ie.: tes: ng , the Ar'1 or ., whether s Jc - Ylork is F_'.✓ :a.ej' :. cr Con :::e N . v_-t`ne Pro;:::: 5,13 _ r,:r Cons�fl'ant s a..itnority t� act _. e, .: S pa 'a , ("CT b./ r� -��. `a r . yr to e.<e e;se or not to �� =e 3 `'sf 1 s",a y ra r':e t: 1.tj r r.sCCrs : Pro, it,1a.nrv_ or Co-3.. r: ) Desu any Sub Des -�J' F,,' s_,1'e .. s' gip' er or any cr agents _ j ::net person per-:-7- n : any o t` e A. irte-meta:,cn_ and recc ,- .rdatiors of the Project ,!a --age and Corsa'tan: she] be cons st_ t r'rry:tn th_ intent o the Contract ❑oc' meats. Tea !d it^ 1!*.. tre Wor'; does r'o? con,- 4'- t" 1 scope of services. f7:•;1 the a _ s 0' or" 33'ons . tne Des i_B . u F i De= a Firm _: +s1':3':. or a- ..` r a:e 's cr _ m:: yee r a 'f CF 7-' Inspection of Work I _:t.,. 7 and the City s'? a' h' »e .0 tTe. Work du',h'g nor:'-? !ti/'_ '�, _...r3 a -id Des,yn-Gig F;-, she'. f3Jl'I:!es fir sJ�r access ano1 for inspecting. measuring and tes`.;-,,:g. Cc _r3:�. D :u"'ents. Cons'.a,:a,nit, In v:tni^ Project I\,i.:,-,ate s Insrreir-tc- laws. 3 Or a ' r C " . _ . rem.i re any of t v ',`; _ to he 5::: a j' tested cr a: ro,ed, D 's c _F_„ r _ : J - Fr e:. Manager and Cons _i'tant `..' j :_ e of read ness of the rzr'=riC f;r test _ If the fi _:.ng cr : rc-,3 is to be mace cbj e a_" .cr i �i.her than C: time7 no:':e _ e.` 'wa''g,,;er- of the : a f xe 1 for sj:^ test,ng Test,r'c s is to made prompr'y and. 'Ar°"ere C'=1_::ati v at _-e s:. c` s..obly. If any of the '.e'ecrk sr._,.ld be covered up wsnout a_brct,acon.;e7t. of P�oje:. ,1a7tiger crConsJ tank. it m s:, if b� the Project Mana ge c' C:r__,:art, 'be u ,cofered f;r eKamination and property restored a: Desgn-Build Firms eXce'-3 Ur:e55 :_ter,++'_e crovided the Des n-Build Fir sHa;l makearrangernents for such tests, , last_ t:: a,nd " e City's testing la'o:rn: ry or entity. The Design -Build Firm shall give the Cit./ e Corso:ai-.= t,imeiy notice of'rrren and %r'rhere tests and Insrectrons are to be made so that the C tj or Consultant may be present for such procedLres Re-examina::c:n or any of the Mork may be ordered by the Project Manager or Cons;.: tat. and if so ordered. tha tii`Jor;k must be unco'iered by Design -Build Firm. If such WrV ;rk t: re in accordance vrith the Contrast Documents: City shall pay the cost of ree:<.a-,ina` and rephaoernent b j means of a Change Order, If such ir`lark is not in accordance with the Cc :nett 73 1`r3grar :3na1 P�•stor3i,, n a Ii : i:, ? i . City of M1aml, Florida Contract No 15-10-030 Documents Design -Build Firm shall pay such cast The Des,g ,-B iild Firm shall bear the cost of cor-re:t ng destroyed or damaged construction, whether completed or partially cornpleted. of tree City cr seca•at; Firms caused by the Design -Build Firms corrector, or ramova' of 'r i cr's ,,, ict is not in accordance ^P,!th the requirements of the Contract Documents, Inspectors sna'1 ha i.e no aiJthor'nty to permit deflations from. or to relax any of the provrs,0ns of the Cchtra;t Documents or to delay the 'Work by failure to inspect the materials and "Pr'th raas0nabie, promptness witnojt the written perrr,ss'on or irstr! ct. r r'e.ct 3 �.,.�., �n o+ Pr..J„ � �,lanag.,r or Consultant_. The ca,in^e°'t of any cc-~': _-nation, 'P,bata ter may be its character or form, or the giving of any c- the grant, :-. any fa./or by t`-e Dos gn-Bai d F,rm to any Inspector directly or ,r. reotiy. Is s`r,ct'y :itchted and any such act on the part of the Design -Build Firm ,,,,"II CCns'ute a breach 25. Taxes Des -'fig d Fir~ `-3' �3 a:c! ,a... � sa' .s c ns1" y n ec e =.I �� 1 � L,Se a" taxes r��Jfry o _a� cr le >M. V , ld cc : l f- '� thee eht State ��� .3� _ r'.,. -�I f DE'�.'�n-Build �Ir:�. I� res �..,C .,'i rCi ,yr""� p rt�r'� sta:..tes i. ',C .,'^g S:ate taxes and complying 'Pritn rec Amer,:s 25. Separate Contracts P`' 3r to the C0 ".., . _ %"-lent 07 : _ ,`, crki the Pre!eist l.'ot f j the Desig B _"Id Firm of ongo, sahe. to commence during the '1Vrark that may require coon-a.:cr. Tne Pc::1%13^age .nee c.00petaton of the Des gr-Build Firm small be e for -d „ a'- o:, pr: e:t to r.' r.;"'n `e an'i poten`,a' ed f_ se :.i .- �= Des !"-"'_D �-�~. I-'!r r.- u � J_ - �..v f.t �'a }J .. �' � j. s� r to any days of (delay for fa I'_,re to Prn;:e-y co--:1 -a _ e Y v_t The. Pr: =�t ,l?^a j f P�''i yss.s the Des,g`,-E_r d FI: n Cocru''ha:,^r• `he o L r,=, r i..a s eras cns , f� word ne rests era t" m Firm J �f� the Design -Build �.ir t" any ha". ` Des n F s 41,, ri dettehes for prone.- exar_. _i- or results upon the Yierrx cf a-y other persons, FIn-n s a ' ! s ?'ct arid prior tly re ort to Proie:t P,lanager and Co.any defects c s'_o`,ere'd vuorx that render it ur'suitable far son prone, <aci_,-.cn and results. Design-Ba''d Firms failure to so inspect and reeort s^3I constitute an a _ e_.'o ce cF .c ct.her. persc _ except as to de`e�r ots ,hio � c'o in other deslgr `bi_,l'd�f, s i-r-so'n s ^r�r �._ `n :<a:Lt.:n of Design-B..:'1�Friti's \i/or'k. .. • r- �.s ` -� � �'7 m ' r _-'ao , steps to c: _!a the y3a . _ Cc. ,,l, J S] 2.S. w C r it a:: o` r - firm on the W _ S�c y nFer y_ - I ,.g ; B . h ^ _ to the _`- _.,_ c'es•; _ f_ t - cos i- .onferen:a or i^ oa:t To rerte.the proper F,,`m shall in W'�.... the work C j _.° :rs already in place an she': 1 . to Prc,ect Nla-,ager and Cc^salta _ ahi d or. ' d;s- epan cy b.i �.een ' executed - and u.:. .• such executed r'. �"'< a •�. the requirements Of tr"'i? Contract D4CLrTlants, 27. Lands of Work City shall provide, as may be indicated in the Contract Documents, the lands upon which the t,`/3rk is to de performed, rights -of -way and easements for access thereto and such other lands as are designated by Cite for the use of Design -Build Firm. City shall ensure that other persons allowed access to the Site by City (other than. Consultant, Design -Build Firm and these performing on beta` of Design -Build Firm) do rot actively interfere with the progress of the Work. Design -Build Firm shall provide, at Design -Build Firms own expense and without liability to City. any addit'onal land and access thereto that may be required for temporary construction facilltes. 29 'rVagner Cre?h _ _ ,t c 1. O.ar'af R st ration F r3le:t Pe,, 3 r '1' City of 1%fiami, Florida Contract No. 15-15-030 or for storage of materials. Design -Build Firm shall furnish to City copies of %written permission obtained by Design -Build Firm from the oyvners of such fa illtles 28. Coordination of Work The Project Sltei 3l may be occupied and may operate, on a twenty-four (21, hour seven (7) day a week s:redule, Design -Build Firm shall ensure that the perf:ir^ ,; the lv' rk. - N -�"' � J!� dCe3 not Impact any ongoing 'operations at Project s) 3i`_O` s). which also an/ n a'iera:s and e uiprhenr. Access to and egress from the Project S to, s 7�ra i be coord.raated with the Project Manager to minimize interference %with the regular a:- t �r''enCy opera...ions of tie. facility. Durihg proc,ress o tutu :r. under tn:s Contract. it may be necessary f:r othe.r design-bl:;ia firm s a ' : pens: "3 employed by the City to in or about the Project. The City reserie5 the right to sJ h design -build d h acc put C v`,-"des ��" �' i! d I.r"15 t� Jr^r�< a"'� to a`fCr sJC e33 to the Project site of the "'York L., per'_ ed inei-e_incler at say n t:n"es as the City may reasonably deem necessary. tni 1!'/ .. .r� _ _ - .��� 'tJ ors :- e unr� dt�" contract s i. It r _33ra-' for D s .._.'d Firm t3 p;,a' I`3 r'i ; t4 a+-d _CCverat h'. de3 r a !! fir is tL ore /tort any interference and delay. Tr= Design -to "d �i,'�� she;l rot unreasorablj ir-.tefe-e yJitn the ^cork of oaier design- b_.''a fr .73 it or about the sa'forlk and snag so arrange and cordJct its V'dicr!k that s'uo, of dui' _-`va d f.rm s rra'j reasonably complete their work_ 2d. Differing Site Conditions Des �..� F "`-, -a" orhimeitii,,and be`:re toe corid _..onto 3-e, J,I `','rrwr_ dti w 3 Y 7ro,-;_ Ma ;= 3 '�'7. Ta or pnis :a' con: 0"'3 at t'.e S a „ Sri c,4 ' C, -a;t. or ('I' rolls, c ,s a ocnd'.,,ns at re a a`i na - �'~' r at= a j fro i tb1-5E7 encountereiiand g'e erail,i re23 - 4 7)the 0" -a .e for by . Co i4ra: Project I.! nG :r sba lid , _3t =±+e 3 ._ lnrt aft e`o e :e ;{ - r r'n t` r ..� I. the CCr' tic-,n3 duo ma`. -.ally So a �a.jse a- 'n:r �s-a -rc crease in the Design-5 iidcostthe t ed for, a aJ Firm's 0 . Cr �,r"1 r '�ul; Io nJ any pert o or hot change,-, a3 a result of the conditions,the City s'a iss:,e a C, ance Ord_. ed'uita.^.iy a 3° r the Contract P-ica or Contract Times and other terrns a^,d conditions or the Cor'traot to a `:,r the imba:t f such C-er to coned _,or ing s i j. 30, Existing Utilities n utt,ite3 ar'd structures to or encounte-CH H. the }r',lork 44'.II be shown cn the Dra,%J ng3 Tno `'coat .ns Shcii n a.__ from. existing o best Information a'iaiiable frorr existing plans and ton investigations. ho .e er _ _ e utility in`r��_,�_ .�nJ. I �.'',+r !., . 1- I� e. -.., that there may be some d,s:r e:anc'iea a C' orn,s3,ons in t`'e locations and a'��. '_ es of utilities and structures s,hc'ivn, Those .s' ;','•in are for the con lenience of the Design -Build Firm only.and no responsiti'lty I assumed by the City for their a:curacy or completeness No request for additional compensation or contract trne resulting from encountering utilities not shown wAri!I be considered The Design- Bui'd Firm" is responsible for locating al underground utilities. The City will not unreasonably information regarding said utilities. and will provide a /ailable information upon request. The Des gn-Build Firm shall explore sufficiently ahead of the Wnrk to a'lo`,v time for any necessary adjustments. The ❑es;'gn-Build Firm must coordinate all underground utility locations through "Sunshine State One Call of Florida. Inc.", viiho shall be conta:ted a minimum of forty-eight (48) hours before the Design -Build Firm commences any digging 30 'r'J 3 grer Creek S 'foci :dr l Re st)r3ticc Pr3ject IP 3.'' City of kliarn , Florida .-3 ott Na 15-1 o-03a 31, Design -Build Firm's Responsibility for Utility Properties and Service D I�!^,?re the esg n-B,H`r. Fri^ s o t''r3'. =,r's co_; ''-.! �3iJe danra;e Qr incion >ehlence to railway. to:i.:rise f ber opt . to gas. wat.er and seiNer. or Irnga`_.cn systems. si a ,^" I, a ,�_.c..3 re:essa''y for the protection of these Lit lutes and services or any ether knov,- _. s Not f f all u 'it j Cc Cs 33 that a-e affiecteol Cl . -f .7•_.1' :r :, _`?` - . s'` least ter' - I In ad /s-h ro a .. , ,stani e e< 5c rst OOts ping perh33.0n - the crate agency On y pernin,ss on has • . locate. expose. and :::a-' sap _ Jr. for al + 3.i y lar :eryro ut,'lt es s" : pees where. necessary. The Dos �-S. : F tic _ its s_,_-_c_ gA-.._ d frr-s s.-a, s;Lehi and d eery resc.cnsi;le t the A. ano "eto^s of s.2� �e3 a{pence. loss. inccnien ence, o a�, s. is a:tcr _ a ::o— �� '__13e o an j ir,j_r�es or damage tw h1ch r,a result f-c Des B ^-2F 3a �, „ y a�_'r�r� 3r� _ • tneif the 0 "ices or agents snail :e res s e tj the Des o -B .-Fir"" -, tta."'.-3-e3 33 a _s.„'-tin` r1 -3_ ,F rirn's "^ ",ent =e e tot r es e .n t-e in the event of .y :ton -es ,', .:o— se r� 3tcr-' d-ar' .�'i ^er �Jt�'irj sera ces as a re.s.,t c- a;_'„ -a h ._ st. a-c'r; pre'- :t yi notify the proper ate. ty. Cooperate In r ss .iiJo`as nr`r`"'_ 33 ooss'ible and bear 3,i cO_t3 mf re7'3 In no . s.-a a:: _ : - J ser, __ tie a un ess y^"a^te': bj tine i'%Irei ofLthe ut.Iity. I- th,e, 9'/37 1l tl_, 3er'/i._ I -3 that .,r'ere enfning 3"..3Ou u a t HT'n - - _ a` r4-� �� _ I �'.� "g .� _r y.._ r c 1,� 'yi _-o s=^,f Je C J r__ J ,,y e^. t-e ...air .._ 15r s 3 '. �_. :ti e a.s37r-.,, Des J-,-B_, s <<..', se and 33 ap _.,.a, Re: s me r" t - ec__ s 3 d . 1 OTT-3" 1ate-3 r _ < ' g u _ es ors _,.:J,-es e"'7',' O 72, daTr3 7, rir v r unless othe-w's prc'r'. _ a in the C.:-a:: DccI .n is an j 33 aO:.ro /e: di the Fro P,l.anager or Consultant, Ro_ s:e ire !� 3te nhrpi,ie c - n- _ �- ^� s r~ `a. a, �� .- � �,la�a,U or r.��,_,ta,t. at Des �~-B�a Fire e t..,oe,hso. any a<,st ,g ut:;tes 'damages 32. interfering Structures hn 3t•ehhpt has Pee- ra'ae to s"-o",tir r"'a =r structures n o f Faked r' h e 0 t." � Drr'r'gs it;�,� the r= at.0 has orn e. f,'C''; the; yes`. a r3 lafe sw'_Ir:os its e`.eness and a:curacy 'a^ 1t `a ryao - :e end is presented a3 a glide, The. Des gn-BJ' F' sna l ii,ierifylc a;"I :a: ors Des ' ^- " d Firrr shall, coord'r aate wito an afifecte a .oiornpanies. Ir c1C "''', es a"': t3,.e ne,ess j precautions t0 pre,ont d3-rage t, e :..' g structures'r'r C:r the s_;:rsioo. a:"c,o ground or underground, incl"u�'ing ha;'. the owner of the interfer ng structures place temporary supports. 33, Field Relocation During the process of the Work. it is expected that minor relocations of the liar"may be n.ecassary. Suo"h relocation; sha'I tie rrade only by the d _: on of the Pro e-_t Manager or Consultant at the Design -Build Firm's expense If existing structures are en:cuifitere,d. that cra/err constr'L,otion as shown, the Design-B,,ild Firm she'I nctfy the Protect 11i1anager or Consultant before Continuing 'r~,'th the Work in orier that the Protect Manager or Consultant may 31 R_, 3 I' 17 City of 1\,1ismi. FondalContract No. 15-16-030 f` a'�a such field revisions as necessary to avoid confli c`- `, Hth the e ist ng structures Where the Des,gr-Bu'Id Finer fails to notfy the Project klanager or Consultant when an existing structure is en count=red. and proceeds the despite this interference. the Design -Build Firm does so at his own risk. 34, Design -Build Firm's Use of Project Site(s) I ir-i.ta`.ors n'ay be pia:sd an the, Design-Bw ld Firm 5 use of the Preject5! s.teJ3j a1d such i^' .`sucn3 '!tir'IJ be 'rsent f ed by the Project Ma"ager, In ad'„n,t.cto s.. b r rt�`tons. t.ne Project �,!m ader ray rnaKte storage a rai able tU the Design-B,,iEId Firm at his soie, discre`.oin based cn a ra lath' ty Or some. The Des: n-Build Firer sna'I as0 cooed'^ate and svnada'e d ellia es to r, , ihnize d srJptor'; to City s day-to-day operations. The DasiFirnins--a l limit its use of ttna Project s s. to afor the City'5 continuous cca-a` or, This ;s . ;,-sssary as he Proje t rra j remain in ope-ation d._,*I'1+" the The, Das gn &_,°ld Firm snail: _ a.s ions at the, Pr oieot _ s te' s t... t-e 3-,33 qe •`ed 'pi tine P,rbji-act Ma ar-ar• ndt pi.crt "s of the Project. 3' 3 te43' C 'ydr'u seeeled 3'a33- Crr_';.`;'1 tO Pre, s s.`ei s! r.;as and rey_ilat;_ns KeepC s: ng d ra,v'ajs and ent'an:es .3e ' 7-, n f3!!1:t.es C;ea and aia lac e to the C i 'ts emidioyees and the _ a' a• riot use a"aas f,-',r park."ng and,`o'r 3`. ra�v jts ,L s s :a -it a3 e Pi" Mans n53_,--5: 3 r2SOOr5 for Its sid • _-t, a" hate-'als it .;ud,r'g any natarias t. _'} a-d not f- City ah,d its r=- Cc3 hih;la pd'`fCr•'"'r`g _ :r"_ Ci`! .a. "d : 'i,h. c- s._ a` a C.it,f=._ i::! Tre City ass'_.r',es ro _._ y .. da,+3g1. �hO53 to tie., items spec e'd Ir s era.-s- r 2=233 tit wa-'k ,. 3rJ _%.ss 1.-chr the P,o: mot(1 sne• s she .. 3_eieet .o the 3obi-pia! of the Pro;eat �,'ana�a'. 35 Material-4 and Eauipment De3 gr Firm ,'rarrants to C y ."a` a; rnate.rials and shed Linder the Contraot s•n _.._ :the',', so e11 ,nrd that a ° of the - 'es tr'an the specif.ed { _.a t/ 33 a min sta''da"d. nc, a ,t'y Is s; e: fed, the" c73 s` „ t• -_ Ist-y Standard fi- e f- fay is and da =ots, and in on formance w'th the C nn :t• A.. , rat r c'onf g Orrin to these raqi_irennents s�bsti ...on5 not crude y aocroied atto a...tnorized, may be cons deel da`c_.',e if raq_.,-ed b, the. Projedt V.ana or Ccrsu'ten_. Des..gn-Build Firm sha'I a-- h s .is a_ oiny .eiidence 33t -+- s a hid equipment. This rarantj 's r)t I'. _ed by an, other provisions the Contract DocunTents. 36. irrtaterial and Equipment Shipment. Handling, Storage and Protection Praoara..In for S . =-,t When pract,ca', epul; meat sha'I be factory assembled. The equipment parts and assemblies that are shipped unassenn ei snaH be furnished with assembly plan and instructions. The separate parts and case—'o :es s-a I be factory match -marked or tagged in a manner to facilitate assembly. All assemblies are to be made by the Design -Build Firm at no additional cost to the City, Goo:'/ n'achined and ur�i,a ntad _parts s{uJbiect to damage by the e'ements shall be protected with an a_: caton f Ie e. tact e c t r ed t ;o c a s`_ �ca� � �:r,,.� _�, r.. oa. ng or other ap;.ro',.. protective method Equipment snail be packaged or crated in a manner that will provide protection from damage during snipping handling and storage. 32 Jar aljrer Oraak Se, :2 anal Restorat: n Prnie,t Rev 3 17 17 City of Miami, Florida Contract No. 15-16-030 The o!.tside of the pa:k.a;=, er crate sba'I be adeyua`e.ly marked or tagged to indicate ft3 contents by name and equipment nicer": _ . if appl,oable: approximate weight: state any special precautions f r and :ate the recommended requirements for storage prior to installation Pack,aq'nq and Delivery of Stare Pars and Special Tools Properly mark. to identify the associated equipment by name equipment. and part er Para 3h3 i be packaged in a manner for protection aga nst daTa-'e from the e ame' :5 .. _r ha^. n°g and storage. Snip in bores that are marked is Indicate the contents. Deii,e� pa-'3 2-' so. "13' tshall be made, prior to the time associated e Jlcment is soned. o 3' test r.,n Sn oment r,ater'a' s-3'! 'e shi psi iivtn freight aid snipping paid. FOB job site The Desgr-E. d FriFrirn s"a'' reciiuest a seven (7) day alliance notice or shipment f-Dm of such notice, pro,,,dde the Engineer',t,ith a copy of the current cer ,"c p- ell- - nns a-.d "a:er;a' ;ta s or critical Ir por*a"ca to the Pr'o]e: s:r',o,u ,'e cam.:`, i"w The Dv "3n-B..iid F[r7 she's _,n'Cad and record the recelet of a'! eq_Ipnent and meter is at the jobs. ' nand'ir`g storage Ips!_,rarice. lnve,'1ry centre:, and aq pment Firr -Suplies' a"e' C':f B :c e•1 na`er'a,s and de, t cif o=--3 C a d no extra ccmc_nsat,'cn J'r i•'ce a lc't/�rd I-3 tau, I a , , re__ - or a; 'rment and materials a: the to the Des .''d Frrr r:r a-`d any e,"d3nce of damage �.''_.r v o".Vent. C't /J._ -..--4aiprr eni o a ''.�`-r a s a be ,".7.�`..._ �n �� t� 'rtr'rs Ci , s li sp ector. Should t^ire appear ..= 3-j s"._-:aye c _ . _ J�,� ge'or Consultant sheer be immediately not ell . t v Cis _ F ' a �' / re-spons'v'er".r ruff mfng trnne ,r 3 and the :rens"'crtat.on company of :- ext : the s r:age or bar7ar"=. I- the item or items require �y ��-�1I re y 'or Se,._ _:f in g m ss ng patts, the Dos,gP-B._ ' d Fir- S -a l take the necessary 171e3S res to e sped the rep_,:e-' =n: or supply the missing part: Hand inn: Eye, melice a: acre rinja ?:- .r"-i- 'P' .- t si sr] in accordance ,rs/,.^ t- J rran,fact-irer s re 3 ant a r'_ ' _ a:'.'r _,.., : d3 —age. Storage E_iu pmert and mato-'a's share be stored prior to inst_,'a::on as r= mended by the manufacturer - Generally, rna`_er;a:s such as pipe shall be stored off the ground in approved storage yards Ito;n 5 sub;s:t to damage by the eeVents. vandalism. or theft shall be stored in secure buildings. I_='- s requiring en',Ironnren` �ortrol for protection shall be pro/ided bbitn the necessary en i'ronn-ehte'ly controlled storage f3 oHbes at no cost to the City. Insurance The Design-B'.ild Firms insurance adequately cover the value of meterais delivered but not yet incorporated into the y`lork. 33 i'h3ggner Free. S-3,tcb'. 23rdf R3st.:r3t;or . ;1a,_. rt ., 3 1 7 17 City of N'ami, Florida Contract No. 15-1 -O30 Inventor./ Control Equipment aid matena s she.' be stored Ina manner to provide easy a:oess for Insp eot:on a'id Ir, /ertr i cort •oi_ The Design-BuIld Firm sb3H keep a running account of al materials in storage to fasili`.3:v s�'as, r a'd to es` mate pror"ess payr nt F to rr e e,d b r or 1-' � r is -lr rya- r'a s e�l'a r v�. not Irs'a;led in the '.Mork. EQ 1 13 Mena^ e Pr'or to Acceot3nce b./ the The De_ ter'-E {Firm _na'' o•ro'i'de the regJired ar n 3^L'3 t, ran s recommended r-na,nto'ance d� ,ng s:Pre e, dui , ne ins-ta''at.on, and unt] such tirre as the Clty accents the o ,icr-;ent. for fuel -time operation, Sa'./ad + Ens i.c.rnent other rh•s e a ��_ s nraterial or e'.�'a'or'-; . r=rroo aa'1 d'arinr' coast ....c rJ:+'J,_ _ r 1s a1 'a +-ram'::, the De.3;gn rd a- .� .. r', e,t z.�'j, a'a�J �. acted tna �f =_. tiala^?;-eand s'n3 _ rep-'-_ rr:oarty 37. irtanufacturer's Instructions The Des';r-g.: "� Firm s;ha'i. Cahnp.! r 3-_I`3 s roa_1'a s f-Y• and Ins`.''?:on o ra.^,, _1 j�.. C,:"_rapt ❑C:a-,rre,:'s. Desiyr•-E_,:Id Fir'^, per n ,•lr--� r"_ - - - s _ I _ -" _ a Js 3ssan: r' and, Insta a: wry Cs i, -- s 3: c' _ ^s ;" ,,.I a-d :omn-- Jni3- ohs for tne ', e Cte-_ `„]+ t e37:: are, mo a t.::�v st r _ _ ._� r J' ramn s it :ate: In t� j nt Pu s cl��r r f 4.a1� +3_f Dc .,..fir.=I t-a C:rn.-']ct Insp eat-n of_, -Iaor en,.....1i,-'';ent .rn .f:3:-'y insta ,a: o ra;e:t danhag•,d ao'� Yeie�i;"/� ita 'a aJ s.teohn a-'t c., r .Pn de../.ces 3 r':- J.� r' 'ail irk, s�� WW :rk to I. - 37d 1=.i_ _ .'t +:- r ai I� - a- s. Jfpiran,�l •7 (:c.r -. a u )'. _s :n e (pass-d _.:_. the 0.35'. i'S_,3 _ ur onaa'a 'i's a e'e'ec[ c s t: tno Ccns'.a1tar't for Recheck n,3s1.`ama-nts an: : s :-hs of 'iar�, as an integre' step in startnla each por on of t^e V/'ork. Ins'31 oa:h ur' s= :� . u,rii 'y fa'iora -;e. .ond tions 44hich snail ore ens the :es- o ossL'e fes.''+s i _o�-3+ion with the e e^tir.. Pry zt_ r ,s,'ate each unit of Work from in:onpat tie as necessary to prevent potenta' among each section and;or deterioration of equipment. Cocri hate. enclosure of the a a Jrz which req- elms Inspections and tests to minimize tna necessity of ,:c'/ering Work for that purpose. 'en r_oiHed by the Contract Documents or the manufacturer, a qualified representative shall r_ present t3 observe fe'd. s'J7`30- . nstallat}on condltcns. Giatty of work manship, and a cations. P,lanIufacturersVes :a:.,a snail provide the Firm and the Project h.la"a�' a •,.t/` r' tt report of f1ec.i.obser`rst.;�ns. � 34 'r`a3grer , :3 .� ,; :r ;:n P^i City of M,.a.mi, Frorda Contract No. 1 5-1 o_Ci30 38. Manufacturer's Warranty Design -Build Firm shall provide all manufacturers w rra^ties All warranties. expressed and, or irnc shall be made a,'enable to the City for material a^d e.-ulpment cov-ered by this Contract Doci...n-eirits All material and equipment furnished shall be fully guaranteed by the Design -Build Firm a. a defects and workmanship At no expense to the City the Design -Build Firm shall correct any and all acoarant and latent defects that ray occur within the manufacturer's stated ,',aria..:y i1,l,anu'3:t.rer's warrant,es become ..rieo`ve upon, Final Aoceotanoe of the Project; �! 39. Submittals De Id Firm shall nook aid approve all shop drawing. s?' ples. product data. schedule of values. and any anti, all other is_,t .',tta's to male sure they co'"'c y the Cor',traJt Documents p-nor to s ,crossion to lanager or Consultant, I1 a^o-o '^g anH brr;ttln bm - : -lrrn ..:'I r 3!� 5 a�y '_I� �L:a 3 r�-' e5e^ts that they hale ver,fle'M t.he a:_. sty t-'e. 3'-::r7-t, s a-d that the/ hn,3 liar :a a Cr the submittal Inform3t;or and �doic_, _ '3'4 '!'�' t�� re n jiran'eis of the Contract Documents. the tir-e of submiss:cn the Des ^.m• Fir. s-a I a� i'iSe t e Proieot r•�la^,ag-r _. d Cor,s'ui:ant in 'It;r,.^ of any de la:Ions ft_ , the � a:t Doc'_,' ' r`s F3 !..-e of tine td Firm to ad r;s a tnv Project Manager or Ccn3ul:.3nt OF any' deviator —is shall make the Design -Build Firm solely respons ble for any costs s ra CC _ t a:d . ... ; 3 y otort„ n of tl.' ',!'11 r't CO co17rw u Y!''_n tine' Cc i a:t Document s. 13 s u`a',', �' �_,� �. t socnta•n a t,tla bit: k c: a ring the folio,' -n linf:rma on • 1_, `e- ar'J `'o '- Contract tlt a-d Nui__ , • D3'.e 3^` re /iy 0-13 Jos - � Fir—. 3'd F irrs I f a'yi sabmitt.r g drawings ▪ Name c' B .; ^'g or Fa:I' 'y, Se.. c'n t,-.e and • De3' _ -Bu.:j Starn: _- a? ,,r: is s ;n : the D B , ld Firm or h checker • Sti;=:;e 3t0',3 the t.t,-a Lir'c's, for Pr_ ct i‘Janagerl or Consultants action stamp • S_,� = re -submittal number (whether first, second third, etc.) • D,� n es r�r , B F _^e proper block, each, sh shoo dra.Niihg and data and each s3,"p.'o y y _ - - '1u..ahoe with the redui,rem t-e Contract Documents Shop dyewing s_ the and s gnat'-, shall :e ro,eitei and it will :e considered that the ❑e_ not as r_ L'cr~ipl;ed Wltn the e'.y_,-,?,- ,,,,:; of the Contract Documents. ❑eslg t F'... sntear the ris.z of any delays that rho/ occur as a result of such re ecticn. City shall not be liable for any materials, fabrication of products or Work commenced that requires s'udm tta s unt.l the Project Pla'iager or Consultant has returned approved submittals to the Design -Build Firm. Project Manager shall make every effort to revie'w submittals within fourteo" 4: Days from the date of receipt by the Project Manager_ Project Manager's re;,'ew shah orb, f,.r conformance with des ,gh concepts and the information provided in the Conga:t Dccurre:-:s �j nJe approval of a sepias`_ item shall rot constitute approval of an assembly inJwh n functions. The Project Manager or Consultant stall return the shop d-awings to the Des:', ;-Build Firm for their use and distribution. 35 '1ti13gr'erseytolc:r.3f dl ?est' •rar,Dr Project am' 3 1' 17 City of klami, Flor,da Contract No. 15-16-030, Acceptance of an j s brhitta' sha,l not relieve the Design -Build Firm of a n/ ros;.onsrb I ility for any deviations f-om the requirements of the Contract Documents unle.ss the Des'gn-Bubo' Firrl has +o'n r,vr notice tJ the Project Manager of the specific deia`.iolns a^itt the Project (manager has iss_eo written appr ;•;al of such deviations.r� By aop'J'�'rig a,d submitting Shop Drawings. Product Data ar`d Samples the Design-Builii Firm repress^ts treat all r ater'a's fl.eld measurements' and f'eld corns`.ructiOn cr''ar'a rearerd thereto ha 1e teen 'rer't �d, the ��'�.. coordinated requirements _ 1 r J with tr^�a .,` t� e ���r� u have peen verified', checked and coor;rnated', with this Contract Documents . s;ha'l tce responsible fcr the d:sti :.t Gn of a•"l shoo dia',,,ings copies of prodit.ct d.a.w and sa—bles. ch "ear the Project kl a^rag •s or Cans'.:Itant s stamp of aborc,ai. Drstnbi_,_ ors sea! OL,t not be limited to; job re. record documents file. 5_I'': F.r.n 's-.1'e7s a'~:other af--- cted' pates or en., -.es teat r gl.ire the information. u The D=s y^- a i Fir'"', 3-? . a 3J co,p+e3 C7` al pia'is a,22"o r,d and pe-m'itt3a b'y t.^e reourhsd a %err ng auti ncrit es. Tr'e sh3 not ., r=,s,e: C resbcns'bi ty fey e77."3 J'r or' 33•Cns and a l s�b7 _ta'3 `} the p`JI_Jt s or Consultants asua-,r t ereof. Tre Des.gn-Bitild Frw' '',`,a_ra•._s tr`e _qi_.3 i for t,-te Y_ rpase intended of any shop d a rvn s cr poI : or' o a shoo d'a^,+r', g thatalte-s, rhea es nrrad-'.s to the requirements of the Contract Documents ID_. g I � - Pro;_o- 1ana� s or Ccns'u".sn s o .S ir^ Dna,Sr;• g7. 7 4'.. cich3tra , i as _:!". r.z rg a,J' oral %Yoh or In :r :a ��-1 t 2 th j . 'y cQ�t _ l�l / 40. ShDp D-a)vings, Viork'inq Drar,vintis and Samples Th.- 'De_ ��- a� NY -, ^, -� to t`^- Deb'_, v. _r FrJ' 3S:nal w2.l., -.la i!✓.f.. If ah, s :y, ,',y-{.,-'' ti . ,'r lA'�7 �- d a,'r�"..'Jrys, tes: re�'cr`s a d Ms73 Yin ,Tat..rais a•-ld mate-_. s_ .. Ys as s-. in the Desgrn Dcc'L;rne. orepa-obi ` ; t DflP - 9P ✓�,�.r,��. _ S. The t."Shoo Dr,3,,rings sha1� .. oc � �: to Design-B iId Firm's r--= v 3 � = _r e ,.. l�,hi Jh l becomes an Inr:e g-3! .- c.' , e Pr ` _'. Shop dra•,%r ngs sns ; c r:.3. n e-so ,ch and settng drawings ?hr " �'�_il a',�,', "3. r"ai^',,jfs:t�.,rers �y sica d agrams. material aht,_ a data sheets, C+ut3 r`- ormahoe curies. d ac-arks materia's OI' r ^� es'd e Shi-n a„ s a'x bo p-e:a _ In a rrhanner a^� _ __ :e._. -.able the Cit.; tiJ compl.arce, ,,,,14 FDOT and City of Miami des , -�s Draggle —, s d s: pies shall be checked and coo _ ',tir'r'i cf ail trades invol.eed be . .-e a - for ragiieiw by the City a _ - ti •Firm's sta^rip of reie _ - of sucn onetii-ing anc lF d-a.�'r show V2.-ia`:r,,, ":n" Contract q 1 1. ~�.�� J; lo,r _ _ �onlra�t requirements because of standard shop practice or fur other reasons t,-o G_s � S IId Firm srha,l describe such variations in his letter of transmittal If acce^ta'ble prcoe a� in the Contract shall be implemented where appropriate If the Design -Build Fir" fa,ls too iescribe such variations. he shall not be reie./ed of the responsibi!,ty for exeout,ng the V/ork in accordance with the Contract, even though such drawings have been reviewed. WORKING DRAWINGS: The term "Working Drawings" shall be construed to mean the Design - Build Firm's plan far temporary structures such as temporary bulkheads, support of open cut excavat,on support of utiiites. groundwater control systems, forming and false work for 3,3 rrai ner:3rEir R- n:r3[Gr ?'nnrec[ Re, 3 I- City of Miami. Florida Contract No 15-1 -330 underpinning a 'd for such other irk as may be re ,'.:ire., for. construct,:h at does nct becomes li -. ti I an integre' permanent pal of the Project. Working Dra,1,»ngs sha,l be s brmtted to the Project Manager a: least thirty (30t Dais (uriess otherlb''s . soul ems) in advance of their being required for tre'v'rcrk. 'r`,/orking DS',4'rgs where titlr e re ;'Jived. shall be prepared s. ne' . and sealed by a ca stered prcfess'cna'i eng neon ar•an,tllr I'icerseoi t rs:. ce in the Sate o Florida. 1r', ork:' g Dran subr-- tta s are rediJired to +,e,r,fy th s pro.,-s on. T^? Design-DUII.�. Firm'' ant the Des -E'.�II(J F,r,.., s en '"Per asts,me a'" risks :f error; tre City sr'a,l ha le no resppo.ns �i: ty t i'"e �'rore1�^ DESIGN -BUILD FIR 1M'S RESPONSIBILITY The Des ,n-3.'d Firm: 1 Cho. , ' �'�„ da a'd en r �-h �: "�3 is � �� �.r..�s',.... y cr for hir" be,bre sJc^1i",ny them t2. the Prn;co. Manegter for re iie,v: 2. Stagy each data S_c _ rr 'D_s'gh-S'aiiu Firm's StJT�" Ird•ya-,rg that they halo been ;_- _�: n'Jje t rr�? ? y : _a. i L ?�;1 J''� Firrn s rdro -3`'I e ,ir'tn this r' _, item J 99 �� ri Ir'�. �-�, �"1r— , t3 and cons'.,-,.__:c o ei .a..: 4 eta im , ., , ie f1 soe,i' ca:a o'o numbers an s a seta {D_.re,- Cats .:g or rrs,'-i`acti-rer's wetuhott ziertant to the S brnitte! Jell . crnsset.' or me s. 5. ❑etarr .,. and ry e = port„ I: a nce with, tl e De,ig I Cry`., rl IJt c-'i -'nJ "o','k Jere by a shJp d-e;r'in ret,,,rr' d for porrectich unt: a rerscr. or ne; -rite e'r`_'d s:oe''`'-;a u^.�. r� �iiei �� Dos -"i -:gl'_. _� - -, e;:Th,e nes 7 ; seal e rose '-3 fc a': tear a esit- for o, -; ap era . f`n r j -. of any rn a_e -a' or f-c -..see ^ aa-+ toe . - • p - : 1:n 9,:,r .r a -. ���ce b tr'o C '7. r�-� ,r� '� 1^. i . Csr y t-e - s :: - Ir` 3...Cr1sr :e r+,':n s:nc +-e.,,; -s ss reretirnei to tit_ City. Y. e S , _ - cr 33 n:.=c' a-'0 3re'i ake no further c"am os t, v :< elk Lr'.0» ir.s,_;. u��- Yn� from the Erg^eu r, , u to the Project Marie -get e s.-o✓ d:sr',1ng3. samo;es a-': sorleiules s_r` =rent in .,a _e Lf cite-struct :,r reti-_,:remorrs t1 pry»de no less than Days f r check:rig ant ac ocr.a`_9 act;'on. 9 Le: the Des gn Cr'.e-le tak.en by the Des. ^-3u'd F;rm :,n the letter of Shoo Draly n Tra-s' -:a' to the Project ktaha3er. CITY'S RESPONSIBILITY Th a Olt} ',,, Re, ,i_r+, e:: , - :s;_ = serncies s_,onm led by the Design-3'uiid Firm to in --. _. c=, (, ,. CI „, a to be in gees' conformance with the design con.__: and in general compliance Contract red lrenents. Inc City's review and con, m _ -ts, if any cnnS`..'...tes a i, cond;tiona', or ic,a',, od permission to use such fit,'_-1 -"s!s. equipment or metncd5 s. t uses not ocnst:tite an acceptance of d mens'ons, je13s of the materia;!, _':Iucment, device cr item submitted. The City is not responsible for the accuracy or content of the submittals by the Design-Bb Id Firm. 2. Re , e ,', and return shoo dra',,?ng submittals within thirty; _ Days of receipt. 3. Re,e:t and re`Jrr shop d-a,t,inggs to the Desir; -B., F rm without action (Stamped s✓ "REJECTED-} or re»»e'er 'n,:th the following applicable no--- �n 37 3 hit 1' City cf Marini, Florida Contract No. 15-10-030 a "Desgn-B..j!d Fir"m's Stamp required -incomplete Reviewby Design -Build Firm ". or "Submtta! Incomplete - See Section cr ,. "Contract Variation Not Noted in Transmittal'", SUBMITTAL PROCEDURES: Frel ,,., 3J-J 5- :C. Dra, ..,j Data. VI thin t'rvsnty (20t days a`°er the A,),arb of the Contract the sha i submit to the Project Manager a complete iist„ng of rnan'fa:t.a'rers for all items s for Nh,chi shop dra,',,rlgs are to be submitted Shop Dra,', µg S,.""^- -ta! Shed 'le: Within thirty (30) de;s after the a`i - ce to Proceed. the De Firm shall suit' - - to the Project Manager a compete soh i of shop drawing submittals hg the resco:t,',e a:as f:r s'Jcmiss,on, the b g'nn _ _'3 .tur.e testing and Installation . ate �'s• s::ss and eqJip,ment. noting those subn- .:a J to the progress schedule S_zrr tta Log the Desig Bell" Firm shall maintain an acoura`o updated log of submittals which ;I ce s.ab eot to re ,'?,', by .ne City at each scheduled progress meeting, ti15r ro,.�'?,ed cy try a: ea: �' t'e shop dra'i','.ngs t,4'II be ident,F'ed as raving received such bind s: sta7:..:, 7C gated Shoe d'a,'.,", „J gs s`3~'-,a� REJ T ED'' I be returne d to the Design-Buiid Firm for correction and re-submit:a; •,`,itn trie real"ret.-1 correction indicated on the shop d'a V:.-,3 cr 4n "Shoo Drawing ReJ"e','! sheet". Is'-.or"`-ied:"3,'i'n.J ✓r scine.i_iles show a departure-'4.1"3- or `-ern the Contract Requirements which a'3 the _t-est _- Cit./ to be r" nor as not to Inv° _narge Con:r-act brio= :r r ,, f: _^io,-ra ' the C,_'/ pilaf re. fie e ii ,r `s ''ln c, r'c a I: :he Des -�., i-'r r.nai�i5 a lie... nati.lr t,~at can- :rs 'r'1":- an pen: of th-. De Cr _ a Pa:#a� a De- j' a',I J S- 3 1 g ',a `,`," :an not t ;er=J` t: the Pro,e t Mono e- i r coes r u. Cr �, . constitute a arg ; Over until a:.,pte,a by i,o Clt j. `-a s r, hand _d ,n ;_e same manna as first s.ibrn .ta s. On r _.._ a s r e --t-i S F s-.a d -e-" , J s�y -�.. .. � � �_ sue.,.. � attention on. tn3 tra"3"1!t:a' ?nu on re aUbm dra'prtd r. 3'o^5 J than the corrections re_ _.es`e. , by tfe Project Plana air on pre, ..._.s suborn as ors. Tint � '_err a::ors required bj' the Project r),' -- The P;= - it, re , :iv a S,Jbrnl':a! the =_"st a` t Firm at the Project s rate a J . 1 sY, , �r}ie Inc0rV p!ete s_._ s Y-s':: re returner"! .: t - D __ F r - a -- - _� �-_�., � and will be conside .,: '"Re;uctec'' �.r� � ;:" _-+y re, _;;r-I.. d. Design -But • s-scr'I' a minimum of five (c) sets plus additional sets as regljired by his Sub Design-E.'I-' Firm, s cf each shop dra,',ing Submittal for review. If catalog sheets cr prints of manufaoturors' standard dra,',In,gs a-e .',rate-i p � s�:�^- as Shop Drawings, any add•tiona 1nforma`!on or changes on such drawings she:l be type'r,ritte.n or lettered in ink. The minimum size for shop drawings shall be 11" X 17 . Each shop draw ng shall be clear, thoroughly detailed and shall have listed on it a!I Contract Documents references, dra'rving number(si, specification section numbers) and the shop dra',ving nurneTs of related work. Shop dra',),in,gs ,rrus' hie complete in every detail, including location of the Materials, gauges, methods of fastening and spacing of fastenings, connections +,vith ocher },,fork, cutting. fitting. drilling an ld any and all other necessary information per standard trade pra:t ces or as required for any specific purpose shall be shown. 38 sac par rye Seytvad arai Res ;rayon PrDjert R3v 3 1 City of Miami. Ficrida Contract No. 15-10-030 VP -ere pr:fes.siora' car:ulat.ons and cr certification of performance criteria of materials, systems and cr e.p'Jipment are required, the Project Manage,r is entitled to rely upon the accuracy and completeness of such calculations and certifications submitted by the Design -Build Firm. Calculation's. when required', shall be submitted in a neat clear and easy format to follow Desi 5 �1 Firm shark keec ore set of Shop Dra',vings marked with Project Manager's d -� � s an ,or Consultant s approval at the job site at all times. 41, Product Data De3 'gn-B u'!d Firm shal; submit four ((4) copies cf product data warranty inforna`.,on and operating and riai -tenancy n''anue's ir' the same manner as shod submittals. Each copy must be r"ark_o' id,nt,fy applicable prod,cts, models, options. airJ other data. Design -Build Firm. shall supple -he -it r"'-3n:1`.a U ens standard data to provide inicO-'a'.:n _, }I'' e. to the \J'J''ork. Des gn-Bi'd Firm s a onlys..bn.t parries that are --a;,- Su tr. +,a marker,' to bert,rient crCd -'s with references t.7 the s:e :a`.ons and the Contrast Documents. I er. i re re :e site-33'2s Car 3 Ce characteristos and capacities. wIring and:piping d ay'aims and co, ohnhoonent part,, f'n,sres. d• ens'ons and required clearances Des g--5_J a r i`m era t C a a l product data. warranty In `aril at.on and coe.ratrig and rha,nten noe ,ma-•ua's pe,cent coc rrplet;on of construction. 42. Record Set F h.sr-a eta ? sere place. at the aProect',s sites a coy, c the Co -tract, one record copy ani'` _perm t. set o the Contract . e.,uments. inc "_id ng tut not limited to all � s :a: rilra amp ents. Change, C' ors Ri IS a d Direct ', es , a C-, 'a"C,e test re,C1rds chins'.. _,,.,on prcg-as rsc e:. os as 'A,e as Pj the Project Manager or Cons,,':e-t. In gccd .r: a-'d' a , d`atea to snow a' cnang es 7a.o c!_,r;ny ccr s_~u�t:'cn. fir. record _ ocume.nts sha'i h J oc°'_ _,e'_i? y updated by Firm throughout the proso iut. othe Vl ork to a.,_u`e: , re`ect a', reid o ainge.s that are rrafe to ataot the \iVork to f o tt c;on_, T.:ins changes resi_,lt,'g f-DM Cher' = Orders Construction Cnan'ge Dire':t:vas and Field Diretitiiiies as as a' Uv;,, inter ratan;.;nos and cIariflca`lcns. and a'i concealed and brie insta'i'a`io-s of piping conduit and se ' ices Design -Build Firm shall certify the accuracy the uo ated re cord ___� r...Co d do::mei-its. As a C nnd•.,C, r'a:eden : to City's obi; a:'cn to pay Design-r,_. 'd Firm tde Des;gn- 8_:'d Firh shall pro,,_ 'y oe, satisfactory to the Project Manager that. Design -Build Firm is obilgat n -_ the record documents. Aiib ~:e items outside t-e Pr: ot,s: sl:e(s), shall be accurately located cn the record documents as to depth and in re ot,' rsh o r' less than trio f 2 i permanent features (e.g interior or exterior oval! faces). The record dco_.--ents snail be clean and all changes, corrections and dimensions shall be g',en in a neat and i , n'e r,anner in red. The record documents shall be ava:fable to the City for re`e-e^CY. Upon : s--ro'et;cn of the V/ork and as a condition precedent to Design -Build Firm's e e e,t to fina. payment, the record documents shall be delivered to the Project Manager by tne Design -Build Firm. The Record Set of Draining shall be submitted in both hard copy and as e'eot,ronic plot and .dwg files. 43. Supplemental Drawings and instructions The Project Manager or Design Criteria Professional shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents Time. 30 !',agner :anal *Ras-crjt,':r e, 3. City of Miami, Florida Contract No_ 15-15-030 Protect Manager or Design Criteria Professiona shall ha to the right to mod f y the deta.ls of the plans and specif'cat,ons to supplement the plans and specifications additional plans. drawings crIn`ormaticn as the Work proceeds. all of'rwhlch shall be considered as part of the Con,:, apt Documents eof d rate t _ In pas sa��' r"'Znc between the w'rr v ? ryr3p''ic portions of the Contract Documents. the written portion shall govern, 44. Design -Build Firm Furnished Drawings A S.oh.rao, Donuhmments r"af rac'_llra the Design-Bu^k:1 Firm to f':rnjsb des'g". shoo and. eras -bull`. d ew end .ng on tr e nature ? a scope of the 1P/'.or if to be cerforichiabi The fo o'rY!'nry applies ko tr a filer' ` types cf The Prow;_. haieii.ran ,_ �� s�' a"_ shall, after re »e',‘, of the dra,�,'n,;s in _ a' and ma-'K the Ir one o` f'e. mahrier5. ACCEPTED - __ 7 ct o ed PPDCEED AS CORRECTED - charges or co; e:tic s Ide _, _d, '" can or:cote-' fIv .+ ]-'_.-ct __ refs_,,. :.. a d a__evt3»ce FE3U3.V' T- = _e r =c-mended SUnr :s be re,is'e' a d ..._ f : _._. �d ng the rr 1 JEO T v., - 3" Cr n!-= ` L ehts d. fa - excessive ch a'.e3 U' O3 "e or ress J'-. Drawwings 4 correcited re3_" n zed bro- any �r P,r.'sc.-.j r=_, _.. :f juri;d;ct:on rhus_ a so be re a'.i '. = f t is Protect �.' 7Cr De,sgn. " C•` or,.,r7 to t%e r�lm --'�'y aa.e^c'f oe - 3 a n�; tf v D�3'g �a d F,r f`or r = �- 'r f `_s 3 d 'a'3a-S'fnt�y 45i Substitutions nr3terials t , . a-2 speioi' -d cs n r � - },�, r.amv cf a :rp'�` 'a, Lem-cr t"'e na a of a patio. ' s ?. thehS in nbe,d to ests. a t. r a' d qJ _ red - -1- .,.�n � 1a':j ��,ai .. Unless . ..ra e .3 f,;l,y,�..:�,,. �s that n1 Ica` ter' Is perr,_yed. r`-!=._ a s or e ""Ulna of other sup pi _ _ E^ , r RaCcrd IT s .�- t� r^a�''o� i3 J_,.. ,tta'' w Des �• �, r ,,,, City a u t;:a = : : Retiord. tJ r _._ c the. rha:aria; cr eq Tr e C' a Y e- c,iF Re-d ,. r. a. _ o�: - _ '']] rj.r .-. �Ir1 . .]�ta ,:ems nnateriaTT-.l a`.L .. l . _ Iri�i anyone o:i titan Des idn-'.�J If Design-Eu'l" Fir— ;, _ es t, ,_Irr^1sn• cr use a I`e of rr_._a_ _ Des Eu 'd F r~n sr a I - , _ _ he Engineer of Record for a , _ , opused ��,.,:s �t s .? .v, adeglua`e.f the f--onctcns and a tine s_. ._ ., , by the genera des•'y-. ba slays - ',d of equal substance to tna' sc _ I .ed and tie feo to the same use as that spa ,application shall state that the eva'".a:,sn and acceptance of the proposed substitut s n . L se Design.- Build Firm's achievement of S _, _ s:sntial Co _ _ r an time. 'whether or not acceptah Je of the substitute for use in the Work redliire a chan.oe in any of the Contra:: Documents to adapt the design to the proposed subst!'L.te arc -iiinether or not incorporation cr use by the substitute in connection with the Work is s_, i t to c ,' license fee or royalty All variat o-s of the proposed substitute from that sp i'ie.;r be Ir _ni .eid in the application and a'faila'pie .'rs ntenance, repair and repla:ement sang_ be ird,:ated The application also shall contain an itemizers, estimate of all costs that wdl result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other 40 I'f 3�jr'�'r Or s Se'inooic Candi ' .st_r3t,,7n Rev 3 1 ' City of !Cheri. Florida Contract No 15-16-03C Des. -Bull+d Firms affected the h of + N �" � �=f resulting c, a�,�, which shall be c�ansideruu by the Engineer of Record in e:,gig the proposed subs`'t to Tne Engineer of Record may require the Design -Build Firm to fury sh at Design -Build Firms expense add't:onal data about the proposed substitute. If a specific mean, mock:d teci q,,e, sequence or procedure of construction is indicated in or required by Contract a:cu,rnents, Design -Build Firm. may furnish or ut,;i=a a su ;st,tute mean, rlethoitt technique. s _. _, d c e of construction acceptable t7e Fngg;veer of Raccrd, if the, Design-Bu'd information to the Engineer cf Record to determine that tk _ s_;J_. 3'o^t to tr.3t indicated or required h?Contract - �' d °oy the Documents Tr= -: „ by the Eng neer of R ;cord shall be, the same as those- prbvidett —e.n for s.J,bst.:Jte mat 3 ? equipment. The Engineer of Roc. : the City shall be, the soles judges of the acceptability of any substitute. s stt to shall beordere..tt Irsta:lad, Or 1.7ett, w`1tout the City s and the Engineer of Record s acceo,:a-ce ,'rti._ s-a _ _ed by either a Change Order or an approved Tr, y_ of R: may re-.; a _ .r-e Des gn-Build Firm to f,�rnish at e<ce-- _asceic!3' _ ma,_�g_iare- .-eorother'�`i s_ �`y':n1respect toany s a._. if the C .1 .a�w �t- e Enginee of Raoord re ::sltnep:roposed subs., _,te at their d s : -_ ttn. t7C ` J n' s y r31� �i�` the Des,gn-Build Firm toga burse the City for the c -a-gas for e. -,-I s� tut � t. � r���75�= aubs�.�.�_e. F era' 7ta .. lablity and responsehi ty for e -; 51.,3.,.-:tiors -o , re:! � 3 _ �_� �� fail G^ 3'We ,�r', -CI hheet all t- s _ or try ra:t Dec':menu 48, City Furnished Drawinns The DCL. as 'or the Fonda S-at_tes has 'see- prepared by CHD,I HILL he DOSP estmc _ es the des gn cr.ter'a re"o,ssary for the Desicn-Build Firm t.- panf: r' tr-, tn,s R-oje::. 47 Interpretation of Drawings and Documents Dra„(nos and sc t-if.cat,c-s a`_ Pate, d;dd to be consistent. be rn-u`.as.ly a.trlanat ry, and should be ss F ' `I -1 a snit eau 3 3 e D' t. , _rf rma,n e of the Pr: ot\s). should any errors, �,ss _ s. conflicts a� ci+fait _., .: s es be r'_ _., tire„ gs and, or soecifica:;ons, b-'e Pr:,s+:t i,lanager or the Cons::a-t „'i lss_e a ge`: 5 '. nq p to the Sommence nsnt ' r of t-e affected ''I`i vrl{. ado �ss . '?r =7511g _, ty or disbrapan+:y and the D s: n Bu ld Firm agrees it: ac da by „ e Project P,I-age's cr, _ 1; -. S decision and perform the Vier k in a:corban:e 'r', the. de:i: _ C: the Pr apt Ma,- ? ^r to Consultant. Where the ❑es.gn-B+uiid Fir Is rot 'e a _ tre Manager's or Co-s�.'-ant s d'euis,on and the Desgn- Bui'd�F rm d+sagraes. t:-' Des gr-Build Firm s'-aN : _ fy the, Prant I`vlanager that the Desgn-Build Firm rese_rr,es the right to make a ciairn for a- aqui` h t: the Contract based on the decision. 43. Product and Material Testing The Design -Build Firm errust provide for its own construction quality assurance and quality control inspections, testing and material certifications and not rely upon the City for these services. The City ,vill not be responsible for materials testing of any type (e g . grout for rock'soil anchors) All quality assurance services as may be required by the approved project specifications shall be the responsibility of the Design -Build Firm. 41 �'r31-,ner Sa,roiC Canal RestcryJoar ' ject a., 3 City of kl,aMi, Florida Contract No, 15-10-030 49, Field Directives The Project i+,Ia',ager cr Consultant may at times issue Field Directives based on visits to the Pr^,'mot;s) Site's; Such Field Directives shall be issued in writing and the Desgn lid F B�! rlrm shall be req fired to comp: r "' the d,recti'ie. \Thera the Design Firmbelie/es rl eot Design -Build ue;� � s that the ��r.. �j`ie scutside the s�,o:e c` t'e `,`fork, the Design -Build Firm sha'1, w tfyin for` g'�nt (-3) hours. notify the P ~' � forty-e � rciect R,ianage a:.:ne directive is outside the scope of the Work, At that brie the Field Direct. 'ie rya I _ _ _ Or the Design -Build Firm may be required to submit a request far a cna^ge to the C,di tact ',There the Design -Build Firm Is nct:fled of the Cit'y's posit oh t'ut tie Viork Is the Design -Build Firm d S3-ree5 the DeFFM's gn-BJiid s^a note the Pr"fe'c.^IV:"a,- that . v Desgn-Build Firm ress"',es the right to Cake a claim for tr_ time a�c r"ici es based _n ti e'r-.e ! Direotiiie, At no tin -tie s-al the Design -But Firm refuse to:ompiy the d.re_..,eFaTl�,re to con -fly with the direct ';o may result in a determination that the Design-Bulid Firm.. H3 in default of the Contract- 50 Changes in the Work or Contract Documents a tea- c �. nt e'.. Do'ciur s a^dnote to any S_irety City rese'',es a^d Snail w_., ry F, e t3 tine 3 . s irk i ncreas?3. decreases or other _hen es ii "*r t Contract Documents as ,may be canside e: :essary rr des,ramie to co,m`je'te t'_i:i a i acceptably the proposed construction of a Project in a sa-,s`artcry :~�^� a,ar. A^p eic�,�, 3 :r aad:_,na' UVcr't within the scope of the Projects) must be ty means c apr'rorr'aie Field Orders and S_ppie`nef is Ins`_. ,mot _r.s ;r Change Orde`3. An; 1 _ ~' _s t_ t e }�r >; fx Ccr ., a:t D'c" `s ni-ust .he ;c to in 3 'd, ._e v, :he L_ . _s _ Wit: Ths ssction si a i not iron.c t. tr•e iss_an'-e of Chahg &rams e.te_uted j o/ t ,, _, _ Art. vie does not preclude the Desig- -B_il dF rn, from seiekihg a I a , _ a r gh:s. re , _. es a,_ d e__;`urse a":'.' ed under thi. Contract and For :s Lard, 51 Continuing the Work sna :a- y Cr th' :rrk and �y soutes to the � -1 prcoress s�r'e � - .w � a:I d � l or 'ise7reenents 'r'r'tn the C t, s ute5 or d 3a'greements conce nig a request for a C"a-ge Orolier, a request ;or a cnande, Contract price, or Contract time for c,r•'o et'on. The 1`1r1 ,', rif s"a no! be deia / ed or✓ s_S.-". orie v7..o"� res3Iut on arty dscut es 52. Change Orders Cba'S-s in the acna'a:it-r cif Inc tine scope of the Pro,ectks) which are not procer the cF i iv c Ores or Suocie 'sins'tr o 1f3 in:lulling all changes affecting the Cor ra:. P-Cie, or tine Contract Time, shah be a_.tr:once_ ..or.,} by Change Orders appera`,ed in ad ianoe a TO issued i„ acccrdance'with the provisions of the City. I- the, e;eht s3' `actory ad:ustrnent cannot be rea,hed for any item requiring a charge in the ;antra vt Time, and a Change Order has not been issued, City reserves the right at its terminate the Contract as it applies to the items in question and make such aria', = . -, ,_ may be deemed necessary to complete the disputed work: submit o r t the matter it 3p_ite to the Director as set forth in Article 85, Resolution of Disputes. Dr.rng the pendency of the diisdute, and upon receipt of a Change Order approved by City, Design -Build Firm shall pros-ct , :roCeed with. the change in the Viork involved and advise the Proje:t Manager. and Director in sing within seven (7) Days of Design -Build Firm's agreement or disagreement 'rir'th the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 42 'r3rjrer 1:;r9.?K jay".+7iC nor R star3tor P jeer �?, 3i71 City of NliamI, Forida Contract No 15-1 -030 On a: grove" of any Ccntr a,t. change increasing tne Contract Price, Design -Build Firm sha'i ensure that the performance bond end payment bond (if applicable) are increased so that each ref'ects the total Contract Price as increased. with the resulting increase.'!!' ro markL,p, in bond cre--.lum reimbursed by the City.. The Cityc o e- h rv�e' iC5 the �' .. rd ch �angas which r"a� rC ,I- i� ;' to�d'u t::�n3 from �� � s�u a �- � �ons or r� c the amount. r, r 'i e. of the 1V F 1..� or ra �� �i ���� !!eC{ S��C','rr3 In the Contract ana a,^e the genera scope pf tip. '3;t Doc:uhhe-ts, Any s,,ch changes `hill be ik.- t.tr3 1,Vor'k. No EXs YiOr''. ; e.'o'r^ed e<ce t pl.:rsl.;ant !',ritte , oriO 3 _ t.ne Project 1M3na e e(pre 'i ^� L S 1'. no , _ ^I; int n`.or to tt eat the V/or( des :be.d tnera.n�33 'r`, : in the a . an cr. er, tne Project l~,13neage7 may d rect., o c'er cr rep _ re .,ne rD - 1 _ _ _ � ._ � � _. �� riorn .-, that which tne Des:�;n-Build Firm b�Des a Et -a '!'r � Incv � _ -_ c F �� s^a"I r.; , �i', -» r-'='' . �: � S.'1al promptly an: Ir ro e_'c, in._-.,r cot,:at- -a: v �r,.:J and gl e,,A, nc:oe .n^Jja_. I`r 3^ag s r, f �-' s -�� s : , �'. D'san'uted t: E.(t. a {o y e N'." o� M t 1 tne P- N!ana;e- e opo rca o 1 �r re ; en- J S. . ry _rw rg t^��Pr ,.jeCt Ma` a j=Ly a^ t3 t;= a, -a'S re:o 0. C- ate s s iLrcr In',rD'''ie'd: and 13 a orr ,g tne City :_. _rt_.. `y to take su „ act,:n as it rna; ceern adrsabie inn I g": of s.,cr disoutei Vlor'k. 53 Change Order Procedure E'�tra 4rl r, 5`!al' result de 'e,atsar to tne Cc :tact 4 '-.s rep-ese' ; the reds: = st t rears f - _ a 33 iings re" ayeto t^e a ry 3 r 1 J _ r _, s �a' in a". co - : a - t:.e Cont-act _ct-a and a-'/ off. I'1J:1_ 'e:}e1 r-, r_.e Ext.-3i1/o -_.__o! Ex:n3 Ea l a Fc-r1 15 re: cbta f: ar e ,:e_ _ .t: ^rucadare c/ a net._ to Des tl!n Frm� cl.�� ,.n- � ire c tna ittc:,ne to r:,roc_aO v', -. t�a E,<t a Ir'lor�, the Das:gn- :_ Extra ','/ The. D.s ..,d F is requ ray: t^ L.e Extra'lilt.. if It is bet.inl.. tne De_ .-B„LdFir 's tire" is _y_ -a: t, prey:- ane! in r�; es a ra t s roes to the `l: . ai,ustnhents hn t^;.s C_ t Poe 372 Cent -act T;, e The Des gn-Eu _ Hrir. s e: to pro sutIf data it support- of the cost proposal Ce.n'onst'at,ng Its reasona_ e ass. In f„:'-the"anc _ c/ t 3 t, opt' r „ ���� �g3::��"- one .1 rn,a�, re��.ir� teat tr-a Dea ��n-B:�9id Firm sup. :.any or a;l rf he f'o c,5r'ng a Cos: bre.3�.dC',1'' of r-ater'el costs, labor casts labor rates r t, � r i J " ° class , ca: ch and o,e-re.ai rates in support of Design-B.:ilc Firm's Change Proposal Request. The Deslgh-BuI,d FIrmis Change Proposal Request must include any sched'u' revisions and an explanation of the cost and schedule., impact of the Extra Mork on the Projeins1. If the DesIg,n- Budd Firm falls to notify the Project Manager of the schedule changes associated with the Extra 4'lork, It w!H be deemed to be an acknowledgment by Design -Build Firm that the proposed Extra Ir'1ork will not have any scheduling consequences. The Design -Budd Firm agrees that the Change Proposal Ra:'_,est will in no event include a combined profit and o',erhead rate in e' less of ff,een (15'3) cehoterr of the direct labor and material costs, unless tne Project Manager determines that the corrpe.<,t., and risk of the Extra li`lork is such that an additional factor is appropriate The Change Proposal Request r,a, be accepted or modified by negotiations between the Design - Build Firrr an-i the Clty. If a- agreement on the Extra Work is reached. both parties shall execute the Extra 'r', r'k order in rr`:: r g ', a a Change Order. Unless other,vise stated in the Change 43 d'lagrer C 3n3i R_, - 1' City of Miami, Florida Contract No. 15-16-030 Omer, the exectton by the Design -Build Firm of he Change Crier shall serve as a release of the City from all claims and liability to the Design -Build Firm relating to. or in connection 4bith. the Extra''rVork, inol ,d;ng any ,noelJ. and any gror acts. neglect or default of the City relatng to the Extra Work. Upon exeoiit.cn of a change on r that a`fects tne Contract Time the Design-BLiIId Firm sbal r»thin five (. C 1s:.'a3S da 's submit a re isa-i Project sche,diule rw`lect'nr the h ge J y changes aya'n3' the baseline s .lu _ 54 No Or& Changes Except to the _extent expressly set loch in the Coi-t,rs:t. no change or modification, in termination or disc,na-ge of the Contract or, in any form 'whatsoever, sih`.a,I be vend or enforceable unless it Is ii" ',t,',`,1q and signed by the car+:os charged. therewith or tineIr duly authorized represe,ntatile, 55 Value of Change Order Worts The y_'iie ofany lil o°'<.co, e,d by a Change F nCC°sa' Reo.pest or of any claim for an increase decrease Ir.. the Contra :t Prir a she I be l' d c`"e of the foilioixiing „ti ▪ Yr" ='e Inc 1J'r'or! in✓oi,ed is v_•,'ered t., u _es co^ta ^?: in the Con act, by acplicatan prices to the quantities of items inielii;ad r y u m tu?I e=oeptan e of a l!_,mp s V, Design -Build Firm and Pro,ect N,lana'ger aoknc4,,'edge contains a component for o',e neai and profit. ' O' the vas s of tine nit," de`_', tired 3s provide-' in rink Contract. plus Des'gn- s fee for overhead and ' is det= n :n ed 33 pro,dad in t `t!ole. Ttie `a-m v.. cos .. ts �a_=33_ , !n_,r7ed a7�d pa d b"y Des 5a o, �'Pi Y r�C3I p ` ," os ot''a 'Ill r'c deistic :ea in t"_ Change Orde Exs , t 33 r'ay be e. d to ill .Ar"n_.ng by he Prose„ Manage,-. son Costs shaH `e a you"__ no i,,3no t-.al those pre ia ling in the Iooa :y cf TO Protect. s,"a'l include chi"the 2-d shall rot a-'j cf .. e costs iten Iza� in here iIn. P3 J'3 costs for emp•oys es in the, direct _ : oy of Des `-- _, F. In he pe s ` ' des;riosd in tine. Change Proposal R.TA ;est under scr _ won by Pr ... Manager and Des ij' B ''d iFir„'. Pay-:. ! cos`_ f.Dr -as not ernai'_yed flull o or t.`'e''r`iork, covered by the C :.��` 3�the _,=v _ and base': on t' t. a sc t-e Vr'ork. Pair' _ .:o ,' ri`'~ t= = L ..s t e ost t`' J b eF is }14h;cb 5. ,n J d- s �` (_ _ ano pa1roi ta_tas. G',orke`s or`i,orlismen s coin e.-sa_ d l0Va..h and ret rerne . Ce c ..s, bonuses. s ors. leas. vatiat no and holiday pay arr _o: on thereto S_.:h einnicl.oyees shall include s,ce'-i"_M''dents and forerre.n a` ti'_ sto,. The expenses of performir,g ttie VJork after regular ^r ,� Sunday or legal holidays snail be included in the a o'1e theextent authorized n �u i �y y to au�n�criz.,u by City Cost of a:` materials and erg:_ 7, ..ent furnished and incorporated in the Work, including costs of transportation and storage '_,e sof, and manufacturers" field services required in connection tn,=-a',vith. All cash. ,d . ountS I accrue to Design -Build Firm unless City deposits funds Y1ith Des.gn-Build Firm . to hnake, payments. in which case the cash discounts shall accrue :t City. M trade s:oun:s. rebates and refunds, and all returns from sale of surplus matoria!s and e'ti _ :r"ent sha accrue to City and Design -Build Firm shall make pro'r+sions so that they may be cbta d. Rent of all construction equipment and roach nenJ and t"e pars thereof whether reinter `,oh- Design -Build Firm or others in accordance \with rental agreements approved by City atli",ine of Consultant and the costs of tra,nsoortaton, loa't.ling unloading insta ration. 44 r'13gr r r ??h s?yJi71i". '._; r'ai Restoration Pr'oiei:t Re 3 1' 1' City of M,iiarri, Florida Contract No. 15-10-033 dls,mant'ing and removal thereof. all in accordance with the terms of sa,d agreements The rental of any such equipment. rnaehin'ary or parts si,a'I cease when the use thereof Is no longer necessary for the ti'lorik. If req,,_ reH by the City. Design-Bu,id Firm. sna" -c tan compet'ti re bids for the Change Order Work. D 3 •gn Bu+!"� Firrr shall deliver s_i . c . e OH -As to the City who will determine rwhich bids Ar"li :e acceotad If the Sub Dv. g--3. 3 t� e pad on the bass Of cost of the 'iVo k plus a fee, re 3Ja Des, gn-B_:'i. r' n s cost of the shall be determined in the same manner as Des . -a.. 't F,r„'s cos: of tne'!'lir'k. Ail Sib Dos gn-Build Firms shall be subject to the other oro'r•s ;r.3 c the Contract Documents insofar as applicable. The te-n, cos` cf the l rk." shall inc!..'c'e any of the follong: ▪ Cost o- sceoia' oorsaitan.ts including, but not limited to. consultants, engineers. testing 13: `at:hes and suniey ens e n;cloyed for ser'i'✓es specifica.'iy related to the pe'r`orrnance of the',York deserted in the Change Order. Succ:em= ta' costs irrl'Jd ng the folio,+r+n,' cr'7; r-:' n' _essa'y t"a-seic-`.3t3on, trarei s.lws.ste'`ca expenses Of Design -Build s =-.'3 d.scria,-die of (4 Cc•n .ec`.ed 'r.l"5 the 1iVor"k except for en'� F":r'"' tine site cf the'/'ierkk. ▪ COS` 1"'sh n t'3nseertatcn a-'i rna ntena^oe, of all rr a`er'a s. SJrclleS e Jlp,f eot. r,a , n s s = ss o : and te^,porery fa it ten at the s to and ran, t"e 'y;. . _ P: a-e cor,.su'ed in the pe'=orrna- oo cf t`e',`r "<. and less s. ch .3 -s ..3:_ ..',_ rot oar'sJn e re.-n3,ns the p o:s ty yr Design-B..,!,.d F;rn- 53 ier s,- 'a- ta(e' '3 d to ti- " _r anti,e " en Desg - '- ir' g- e'--nehty �_r�� , - t _a' a atrrr� • Deets 73 _ cs_, _35 ete- than Des';n-B-a F n s no-•? yence roya"ty paiments aid sees fet licen3--. Tno .2:3t -es a-d sanitary raci .es at the s to nc e,<: _rses such as t7-2 lams. cncy distance te;c hone calla. telepihone sehilee. at ,'e _ - X. 5.,_ _ s 3 ;re-4 :aSi, items if connection with title S1iGrk. Cost or " rer-w T,s for ail .: s cords and ins:`3"ce requ'rad because of changes it the a e t-e`, .,vat of t.ne'r'lurk" shall not i,,ciude any of the Pair: Lents 37d o: oc7""ai,sn= On D S._ D,: r : , s•_ v _.`'re pririCl;:3i3 aa-tne 3'ni? and, sole Propr O._ 13 engineer_. est maitcrs. la+`r}iers. a dltjrs, 302- - _J. :- :. _:nas•`d a" _ -: e'Cpediiw rj. and othe` person el er'n e'1ed by Des:= ,+, _: v at the site or in its p- nc:pal or a branch offce for gene -a! administration o' vr't and not speoifoa:ly ino'Lded in the ag-aed-upon schedule of job classifications__ all of ';, iof are to be considered a:nn r st alive costs covered by Design -Build Firm's fee. • Expenses of Design -Build Firm's principal and branch offices other than Design -Build Firrn's office at the site. ▪ Any p: t of Design -Build Firm's capital expenses, including interest on Design -Build Firm's capital en,eiicyed for the Work and charges against Design-B,,ild Firm for delinquent payments. • Cost of here, - ^'3 for all Bonds and for a"l insurance yibether or not Design -Build Firm is required by the Contraot Deci_.r,ents to purchase and maintain same except for additional bonds and ir3_,rance required `heoause of changes in the Work. 43 '0`13gner Crs?ek 3?f^+uic Canal Res'cr9ti:r Proj-e..0.1 Rev 3 17 City of Miami, Florida Contract ND 15-10-030 ■ Ccsts due to the negligence or neglect of Design -Build Firm, any Sub De3 gn-B_;ild Firm , Subconsultant. or anyone directly or ind.ractly employed by any of them, or for whose acts any of them may be liable, including but not limited to the correction of defect, /e Work. disposal of materiels or e' _i :-^ant wrongly supplied and rnaking good any damage to property. Other o`ie_ _, - Pr genera' expense costs of any kind and the cost cf any item not specifically and expr ssl j included in this Artt:cle ❑e3 g--BJ'd F„, . s fee a ]'+4Cd tc Design-Buiid Firm for overhead a^d prof': s'°al' e deter,m,, e,d as faII J'I"!s. ✓ A i^l'L'iu31'y. d •`fie or If none can be agreed upon. • A fee b3sC" cn t peircentages of the various portions of the cost of the tii'!'Jr+.c- " the Des - -E' -n self -performs the'J'r]r'k. Fir^,'s fee sHa!1 be ten Percent • '!'i!.--j a Suit De] pet hrn3 th It'!]r+C. Des F:rm's -fee s:hai be sei,e- an.. c-'s r= arc]---_ 7 5'.l. a-d if a subcontract is cin._ :s.,3 _ ,.post a- the \J'J]rk pros a flea a{. 1_�+J ] the S_,'b D' � �- _.. F:r�, 37 a fie. for o`/srh..ea1 and prof.. and hie ._ =r ) and fee 5-13 pa, = _- -- a .ionsii_:'tu :3 Cr to 7.7'5t3 The amount c=cri-Eiiiir. :a ice r : sic Firm to City f� s,,% '"0' ',.~ = rasaits in a net decrease in, cost `r'+ �� .-'-�. : t�_ _.-F_:?' ne :!.-_rease itt''_ , ain a red is are tr net h ,raa 971y. hc,, ;+sr fcr.�'�R.% SJ'J'�rk n'ot performed, !- _ ��'� , � !^! 74, 3 :] be d ._. rmira s D.s -F,r;' ,l�f 3 ' 3 i _ 3c,E;.: e. t: Prcijent l�r! �_i� 7, '` _ oc ]',. +'1 t 'er da:a t-e cf ti v Vifork that 1s a . . :. is in.; a?y.Ld or d3='awed h• ]' t �" .+4 `'percent (2 ? ) from th-E.r. +yew it,t 0' s'_,o( 1n sated in the Contract D`ccu- _ _ ,eta Cnargo Grit 5 a! be issue f] aijus: the uni- price. if . y �r^J;r'an.�t.. _"a-,J= ! tn. `Ping'•, Is to be o . a accep:a^,e of a lump sum, "A/bether the ?r-cuh. is a' a: , c, . 1 . or rc the -c;e- n =- Des g^-B� °- Firm f� r� � snail submit an jn,t 3. oast est. 'ate a.,, to the Project Manager, • Brv?�d]r"err, 573 list the. quan:.t,es a id brit proes f Fr natteria 5. a Cr p ec''reand cer 1�^ �en i. th items 0' cost.. • �ene, a c;-3wga ir. +c'`ies Design. -.Build Firm and one or more Sub Design-B�iId Firms and tr_ _ a--;w Is a-. +norease jn Inc Contract Price, overhead and profit percentage for Design- B� - a� hall be itemized separately. '-' �^' :.a�� pub Des gr.-Bai':�d Firm s� z d • Ea; O r,a.-re Order rni.st state iAiithin the body of the Change Propose! Request i heter it is based upon unit price, neg']t:ate^d lump sum, or "cost of the V ork." 56. Extra Work Directive If ``e pates fay! to read- an agreement respect to the proposed Extra JWork, or in case of extenuat:ng circumstances, the City ma, nc,.e,-.7e!ess issue a directive to the Design -Build Firm to d3 the proposed Extra lr'lor1. lrin, _..; ately uon receipt of the Extra Vlork Directive, the Design- Eu'd Firer. shall be obligated to procee:: ;vith the Work set forth in that directive. t-e+..' 7��a +.:.'] fig basis ... s:": ne e".. _d 1., claim Ios`. orofr_s 4,3 J`I3c�r t'r OreeK r+^, :ii� L'ard1 R3stor3Lar PrDlect Rza+ 3 17 City of Miami, Florida Contract No 15-16-030 Except as proiided below. the Design -Build Firm shall be entitied to initiate a d sputa pursuant to the Article 85 Resolution of Disputes by furnishing a written statement to the Project Manager 'hithin five {5 days of the Extra \/`/or'k Direct ,•e, based upon any aspect, of such Extra Work which the Design -Build Firm d,sputes Such dispute must relate to specific matters raised or specific matters reserved by the Des,;n-B.hld Firm in its proposal and have not been resol/ed prior to the issuance of the Extra D re tire. The written statement must set fortn all deta1s of the Design -Build Firms cia,rin _.0 manner that the d sputed 'has specified in the Design - Build Firm's proposal Dur, �'; = : n of any dispute erejnd r, the D- �Ig B i' cif h � e �s r�- a �d Firm must proceed witn 1,/Vo,_,k as Setfcrth in `' e = r', � Direr.;tive unless othermse ad.»»Sed by the Project Managers 'h7t1e' If a`. _ 1 event there Is a C saute as to price, the De.siggn-Buie Firm 4'li be pa:d In a:c^v'ua'c= the fc ; paragraph. This payment;SAr'!i be in full sat,'sfaoton of the Des,yn B a Fir s a• :m. fa- a _ st_rrent to the value of the Contract. Commie- sat or f:,r B:<'-a \/'.Lcrik in the e,ent cf the. :'3" eS inability to agree upon a mutually sat sfa,',tory cr.oe s^3 be as f'allc',',s. ce r do to the Des • B far Ex, a '/`r'crk in excess of "ActiJa! and �lecessa_y Cost" ;r ch is tc sa f t. a.,-1 ma` - AS a nark of ten percent (10°,) This 'r' l not 'ia"y ip,hether tire Fxtra li/ or'{ is by the Des gn-Build Firm or his Sub Design-B.J ,ct, e,<:sot:ons must be - cicr.., ; by t`'e Project ,tanager. ',.._,al a d Necessary Net Cosa snail e _✓ . .. actual a^dd necessary cost of the i , labor ',', is Inc _� „a �� �E:_,.. �s If aI r"3de by the -,rim y ,., ""'.�. /�' �'i,'J .•�� t _ a i 1U - > i , .lid la O' agC �"ne 'its to file V./o . h'c'._�� is t s.+e a. J� �f �nt In ra,c,e La;, �l • �< _� taxes to Fs sra S'a'--��_,ri Al I l,l a �y linsrsases In p�_�.�.. liaOd / a- ..,nj er,�ds rage -.bonds Occasioned sole,y by the Extra Y r'k: (V) the a:t'Ja! a d r _c ssa-;I cce`at.ng ., <cehses i,ex:.spt the expense of supplies and sm3' to0is not operated by e ..a' oleo , �, p,c,-,er po',+,,der for such ;, ant a..a reasorab'e rentai for the same aS d-H:errrfried by the Project Manage': and ('1!) any add,tional matey a's n= , y for t"e performance of the Extra tr'f irk. CaSe _ .{ or crate' c-'s s:"a' r c.,L. ired to be done or furnisled hinder the provisions fl�f this Art. e t^_ Design-Bu'd HT- at the e'i c` each day fernsoh t; the City such doc'u .enter. -i as tin- City re p'ortng.aH the costs or the Extra \/"r'or`'<. If payments on t :�. e'er as t account a �. ,,.r- he r- _ ',,:r= vg-esses tnv Desgn-Buil; Firm shell render an itemized statement snowing' the tota° u <.' e,nda f:,rea:h class of labor for each kind matedal Gri acc0'Jnt of each Its of \r`/..Cr, as a condition precedent to the Inclusion of such payment in a pa tiai estimate. U;:on the re~, .est of the City, the Design -Build Firm shall produce for audit by the City, Cocks, vouchers. c i �cr:de bargaining labor agree --ants. records or other documents showing the actual coat fcr facer and materials Such docum its she.not be. binding on the City. The Project Manager shall deft :-mine any qiiestions or dispute as to the correct cost of such labor or materials or plant. In case the Design -Build Firm is ordered to perform ",'r,:r'k under this Art cie ',5,n ch in the opinion of the Project Manager.. it is impracticable to ha : e!':rned by the Design -Build Firm's o',vn employees, the Design -Build Firm will, subject to tr� : r:',al of the Pry ct Manager, be paid -� e the actual cost to Design -Build Firm of such Work, and in addition therein five percent (5?`a) to cover the Design -Build Firms superintendence, administration and other overhead expenses. 47 'r`r 3yr'er ireeK Serb) ; Can,11 Restor3t:or Rrote, 1a- R3, .3 i7 t? City of P,i,ami. Florida Contract No 15- i 6-030 Payment cf any amount under this Article shall oe subject to subsequent a .' t and approval, d,saoproval, modification or revision by representatives of the City. 57. As -Built Drawings During the 4`lork. Desigr-B'»!d Firm sha?I r-. `r� _ � � s � ! e ra``ons from the Dra,�,'ng s : and Specifications as approved by the Pr ,.ti l� ;TeirJaitei As-B_, . Reoord slo',+ring correctly and aaourateiy all changes a- • _TOn to re'ct � J lr`/or'{ as It 'Aas 30. wail j ccnstr'uoted. It is Tie -_ ._ : : Thie, Des -E . _ r 3:k the -ys-B._i:!. Dra.Pr'ngs `Jr e"-ors and omissions .. _ r to is City a tn3t the .As -Buff Dra.,tr'r gs ar Jrra:t arid a:cura`.e it s : _Ya ::at,on of ' i -__ pin r, e zitrica' signa' oon,:_ :s in or bolos', the concrete f;,•:_ n ::nte the s e u_._ and voltage in ea.h conduit. Legibly rnia''k to record a o-Lal construction: On -side str'J' t_it s ant s to Work as follows. • Deo:ns J" vsnojs e.'e, ie.nts of foL,n.dat, ,n r ra'at,on to f n siii, first f'oor datum. Td:` <. ,'r'_. r _ r3`,0f:3 3-,-o r,r--,3n;3;Jns a7. ioCatlo'nS of valves, _ -yes. et: Crn -- - �cat,on. H:ri:onta' and e'"` a Ioca:,or3 of L+nderyround l'tilitles s'o aocuntenanoss ref_`` a } ride.-manent sJra:e !n:To,er-a is Actual installed pipe class, eta. • Lc ua' olr of inter inei F Iit -� `ur n concealed construction,d to L..,. Lies a"� 3- -� arl'1e3 con•., a �, in tiny referenced v,s.b e and access t e fea`.a os the str'otJr e. A:7 COnd,t:Cd'nlrg ducts with Iocat;oons of da,-n^ers access doors, fa = Items needing periodic n'ma nten3nce. Fie O cnanjes in d runs:rns and ce-ads. • Cam: Jr-�s -sled F--. .._ Manager's it— Consultsi`3'i, a:r^� `._ s!rbjChange Cruer, Deta _ fig_ . . Qr;g a Cont"3ot Dra'r'lings y e eJtrice! paned locations. 1,l .nay s ssnhedJle changes. ontl ng to Des o L8 i d Fri n s reocr:s and shop 'd ,rai5i'.r gs. Soeoifications and AdJenda. Legibly mark, anon section to record.. • 5,lanufa ;t'arar. trade na-re catalog number and s_ipplieT of each pros_,:t and item of eq,ai pTe-'.t aotJa'ly insta''lod • Cw.ang i nade Pr ol; of l',Ianager s oT Ccns'.Jl:u _ s `r,r __en .nstriuct.cins koiT y Chia.-ig ' Order. il.o ro',ea Snob Dr3,' rigs. Pro,' e record copies for each :cess e' ornen„ • 2�e.,_,-Jai sysam. a- d Instrumentation system. dn'o_.ne^its shall be undated monthly as a pond•_ on pre ede nt, to pia jyn-ern For Cors. "ot.on Ca 'l:f rg or building additions as -built dra ,'ng� s J^ed and sealed by a Fonda licensed Reg steroid Land Surveyor. 53 Worker's Identification The Design -Build Firms empioyeas, who include any Sub Design -Budd Firm, and,or Subconsultant shall wear an identification card provided by the Desgn-Build Firm. The identif cat.cn ca`d shall bear the employees picture, name. title, and name of the employer. Fa'ure by a Design -Build Firms employee to ear such identification may result in his removal from tns Work L r` ; s 'on t:me as the Identiflca' card is obtained and worn. Such removal shall not ac: as a basis for the Design -Build Firm to s_,o '- t a claim for an extension of time 18 "i'i3grar O3nal F'7j ct rya, 3,1 7 I' City of Nl,a,mi, Florida Contract Ne 15-1,3-0310 59, Removal of Unsatisfactory Personnel The. City may make "l%rrt:en re Jest to the De's.gn-Build f:r he c`: - :: re^'o'lai and replace en'. of a-, personnel employed or rstaned by the Des gh B_::': F. or a'j or Suh- D s J~ S F --gaged by the Design-B ;ild Firm to pro/ice a- :( : ":rn sari .,es or Work p' 's tc . _ re is of the Contract Documents. Tne ❑es,lg"1-B_I F,r"r shall respond to t,ne City ',. . s _ (7) Dais of receof of sicn reo' est 15J'th eTher tre rsr.,.C'ra' and red s:e 'en: of s . _ ; ,,nne or r/rit`en j :.s,.on as to ,'rr.j that rya j r.t;t occur The City shall a(e the ^s' V"?'s a_ ohi as tc the re —ors. cf unsat:sf?:tcrj perscrr _ fr.�'.n"'. S»1icr't assl.j-ed b1 C 1 The Des g -R._ ` a es that the remove' anj of its ern:'cyees does rot regJire 1 the terminat,:n or 60 Substantial Comoletion and Punch List The ,`r: t s'-a , .. s'. . 1 the P_ _ ,',co-h.-fete r, _ .. I,lana; e, . ir the, le reasonable ex<<ercis.e cf n s heh : _'.` t.Te is con-plete and the-e are no crater;al arid. or sJos_a, is / :^s f .. Co _' _ -'._ a. J F•: ma' P ea5e nas been IssJed for a I _ ..ems 3 _ _. ? aav a -.the Des y s i'�� 5_csts� a �•�n _ ;:e:Fc i ^e s yr c` th s farm sha not re' e,et -a De.F from its ice'7,17', pe:e r.Te Project. veHv'ies that t.'_ j'Jbs:an} a lj ccrrp1-`_a, the Des gn-Bu;;.i thiat. : C'-1 or Cons_ to - _ ' _ Tr o ":t t� ue`.e ne if �sta" a na3 been a:h,e /ed. The r eoi est is S.:sta :la C:r, e`. sc?;f _ sha' : w _ yiiritten c-er?i ..a .on fr. the. Des r-.-8 . tc the C_) :oat. • h'33 Cee , s_=_:-; cl the Des B, ,F, 1 fcr o: cl ante ti,n theDes Cr+c-,a 9 �rr �{ ks s .3 _ a:c: _s _ . r`,'., the D .siCr:er:a • v ..u'n` a ,' -< f _ S�^ 1 If plet -n i - .+l o! y]J..�.?.�t ai �.s Jll .ice The Pr ‘,1� n d the:e and -re for a^ ana p � ^a� - - �=^� u e �.a t. ��� r •^���..-;`._ � notify ?;�_ D�Si��^�- Bui:d. Fin' a^d r C",her p2aH„] de.en-2.-I n��_:ss �. ', ill, lids inspection. the Pr: ect SJos':anttle' Corhp'et l^soe:L n For , ',, cc'nc _._�' as necessary. Any rs'm,a;ning CDr,s.r_i'v::n e.^1, t fcrihri - _. as Punch List 1'1er14 The to ss c a^ s , :c . ri le F �:n List sb IIcad ! rl; „i' 1 ._ i 7`. re the Desy^-BLi'L FlrFC IF :ct'i'1 it3 cb Jat._r s as de.: i In to ? a"_ _ C7 3_. The P.._inch List s^a l be sic ed Icy the Prc e:` I,'a ;er. a�' y Des F,r ;r,.y t. t, e Punch List con.a ns tl e I em 3) necessa`j fc cnn': ::'a Vllr sr{ T e fs �. _ re _ sa, tie Des ign-Bud Firm to s- the Project Slubst ,,t.a Ctl, a:: I: -so: For—. Punch List not retie re the Design. -Build Firm from con'=11'-'g the fin_, ';s c the. Project S'J`stan',al Corn- eton Insce'ction and completingthe Project tJ tie Jaisfa:::rn of the CIEs .i'r`"ere the Punch List's t) minoromissions. and defects. the Project klalnager sh3' Indicate that the tr','or'k is substa.,:.a '1 U_ fe.ta subjact to completion of the Punch List. 4'Ihere the Pro;ect bGla�a e- d'-a'.erm;,nes. Cr' : .aoprooriate form that the'r`lork is not substant al'y :o mo' `s the Proje t Manager s'hepro ,»ds a list. of all open items necessary to a_ ;e S a .•a� Completion, Upon completion of such 1/'lork, the Design -Bard p:m s," ; Substantial Completion inspection, The Project Manager and the Design -Build Firm shall agree on the time reasonably required to complete all remaining Work included in the Punch List. 49 '1113Cjr'er ..3nA( Rn :r3tcr 'r. r.7f�_'C[ i7�r 3 1' 1T City of Miami, Florida Contract No. 15-16-030 The City ','rill prepare a Certificate of Subst3^t:aai Completion in the form which shall establish the Date of S_:tcstant a^ Corm; letion Once substantial completion is achieved the City snail be responsible for security. maintenance, heat, utilities, damage to the Project site. and insurance. and snail I'ei ail Work yet to be --r tc satisfy the requirements of the Contract Documents for Final Completion The fa ' a' cf correcti ie 'r `i or'{ on such list does not alter the respons VI':ic' ty of Des -_ ., u ;= r tD Ccr ? Of the Work in a:cord — oe with the Contract Dccuments.',',arrant,es � L." Documents s!n a i :commence on the date of Final Acceptance oor',o..et or the 'r' or ,'a'ed porton thereof,'Liniess otner,v'se pra\,'ded In the Contract Docur,= n:s 61. Acceptance and Final Payment Upon race c tc,hritten notice from Design-✓uilCFirm that the ',York is ready for f nainspection and acceptance. Proje . Man37e and. er Cons_iltant sha'. 7,M,1 ten (10) Days. r~;a`<v an inspect Jrl the tear If Project 1,1anay" e,- and, or C - _,e ,' orlC acceptable. the req:Jls to documents re teen s1r r•tte e. d t^e re.,��= s 1e Contract Documents are fully sat,sr vd, a Fire' C e . :a:e ro-Pa/—'en: shall be isstie,' P , 'Manager. stating teat tne '1 require -rents- c- the Contract D'o�ci_ii nts ra ,e tees s peo e ready for acceptance under the terns and cond bons thereof. Before issuance of tine Fina' Cert.ficate for Payment, Design -Build Firm shall deliver to the Project Manager a fine. re'eas_e of a liens a' - ng of the Contract Documents rec v t s it full in lieu thereof. -art-Oat c_rt.J"g that a SJbconsj :an.-, and Sub Design-Bu d Firm s h t o _. a tro: a o ei 'ass connected 'r4'.R t 'iVorik nas been pa d, a. .d a o: _e : s_irety:, 7 ] r t fine correct-at',rice e c, "d nus, � J a and _ �. a1:a. a .. -a n-aieria s. ray i-_: an:: r✓=+i""'on; a:,;r'icaton D�s,ga- ba io F _"a re „er tn _ r',r .. L ; r J y Firm s and a h I„''_ act_re- s yvarrant,es prior to Isslae ce of the Fria. Ciertif.,oate for Payment. If afterthe.as cee , s_itstant.•a ly completed, fill corrolet.on thes materia ydelayed _'rough r'': fa.a't of Des:c 'B.� :: C, Pro, -..act h,lai'1oge' sot cent:es. City. Steel �w.on such ce ificat-cr', and 44'., cut tern: Hating the. Cc _'a,:., mma'<e _n? rnentthe balance t . y . or ca a^ die for tnat portion of tine }Y'r of k f_r' completed an e� Such. 13j"'', ,r snal!made nis. y - accepted. be rna under t�e ate d cord lions �',er Ira! nay- s t. e -pit that it sh^a'' not constitute a ,t,a .,e' of cla n sJ The e:J2p. anoe of fro • ?/ e. . sna' co"5t.t,J'e a of all CI3 `-s b'j Des gn-Pai!d Firm, except tn'ose p'_ , _ems :, f a:3 In strnct accordance 'yt,l:^ tne cru-ils•ortist o- the Contract tact and de y Dewc Firm as l-,'7s3__ 2w at tn9 e a" :cat, cn For rI paymen`. Upon tire re e pt c- a' d c r"entat,on. resoi'ut,on of any of s a issues and Issuance of final payment, t.ne Project la-ta, -3r snail ne_ fy t'-a Design -Build Firm in of the closeout of the Project. I- any ere"•, Final Corhplettlon sha'I occur upon the following. (i all Punch List Items ha ie been o e e d and i it Design -Build Firm hasdelivered copiesall documentation y d Ei'i d to City ofa required to be delivered to City under t'Is Contract. 62, NPPES Requirements Design-BAd Firm shall comply with the State of Florida rules and regulations for the National Pollutant Discharge Elimination System (NPDES) including but not limited to all permitting. Notices of Intent and the Storm Water Pollution Prevention Plan (SWPPP). All costs for NPDES and SY»PPP shall be included in the Bid prices. For further information on compliance requirements for NPDES and SWPPP contact the City of N1iami Public lr'/orks Department at (305) 416-1200 or visit the State of Florida website at 'deb state fl usiY,at.er stormwater nodes., Design -Build Firm is responsible for 5C rites. rC,Nrees rcrC C3rai Rest r3t:on Prnlpct Ri 3 i' 7 17 City of Miami, Florida Contract No. 15-16-030 obtaining completing and paying for any required NPDES application or permits that ma j be required. 63 Force IUlaieure Should any fa lure to perform on the part of Design -Build Firm be due to a condition of force maje{ire as that term is interpreted under Florida laird. the City shall a'io',w a n extens on Of time reasonably commens:ureae with the time lost due to the irrpa ,t of such cord t,en. If tl'e Design -Build Firm is delayed In pert: ee any oc!ig3ticn under tre Contract Dcci;'' > due to a f ree cnditi on,the Des Firm shall request a time extenson _ _hie City (2I ',working dais Of s _= �aro occurrence, or as snot+ prat -a' as to -mired bj the City. A::; = extension shall be subject to re.eteal ageee ent and s:ha" not ro case fcr any Clam by the Design -Build Firm for extra compensation urn..ss add,tor3' so ';i:es a e regj redd Fo ce Mei.. _ire does not include inclement weather except as deb,.-d b j F: 'da lai+; and ma1 not ih he acts or omissions of sib-design-buiid firms 64 Extension of Time 1" reFeireede in tn" s sect cn to tee Des gr-Belld Firm shall be deemed to include material cerscies s::e _ `s• '1ccrers and pie -en -tee. � ede_7r;ultant3 and Sue Li�-y ds r.,_Bl.11id Firms `,wheth�r ,y cr not in pr:', ty ofr contra t kfY',-i the Des Firm for tree purpose of this article. l- the Des.gie-Bei'H F,rrn is de'a jed at any t.me during the progr.ess of the Vila,r;k : ; and the Tr-e ant! foot.:e to Peeeeed (NTP) by tne neglect or fa,'_ _ or the. Ci:j or tcy a Co: -.rapt Time sat fe-te in the Cc -tract shall be .xte,'.vd by the City sJbje_" .s t-e ..s The Cey s`'s1 rot u =asO aCl, `rii', a r asd'�a:.le . e,e • Tne ea _,sa ^3 ;,"ter a"'s -er iss.:31e OF tnu NTP and co _'d not ha le Ce _. - Cy tee, Des a r (-Ir' b f r so Ia If •res:.c_at 0 -. e:I - l5 • r-.e Des -Bi ". the: the comeleton oF the V ork will be s..,.;a'ij and na23sa j de yid, • The e`eet ti,' s i h ce.sa c?'i t be a•rc"de'd or r',"'mi .gated by the e:Cer ise of a" r asn-s'V'e pi .oa:t.o,rs. e`Fe ;s and r"'.esseres ,,whether before or after tine cceurren0e of tine cause. of delay. Note: A ce a j meet nci a'i the _1 ed.t.ens a` the above s'"a'I be deemed an Exousable Delay, The City res=.',as the right tei teseieitt. t- Frejeet ��la d �d3" 5tna-an] �� z of raq'Jast fnr an extens car of time was eit me __.s. facts k"d"'ir', 'i',otz d harp resulted in a d�:i;� sten_ eiees•y .fir. and If. setseq'..lei"tiy e��De lgn-B_llld Firm in snpocrt r� nod that such information or ❑ n, rep' es: or shorten Excusable/ Deia�+�yn INot'/if'- spa-d,ng tee. ate re the Project Managier "i5/ s.:i or shorten any externs o pre',;ic.. sly g'aeted if the Des gin -Build Firrn acted in reliance uccn the granting of such extensicn and sJoie extenslon was based on information which, a',thcugb later found to ha re been erroneous, was submitted in good faith by the Design -Build Firm. The request for an Excusable Delay shall be made within ten (10) Days after the time when the Design -Build Firm.kno',ws or should ha''re known of any cause for which it may claim an extension of time and shall provide any actual or potential basis for- ar extens on of time. identifying such causes and describing, as fully as practicable at that time. ns e = nd expected duration of the delay and its effect on the completion of that part of the Viork linen„fed in the request. The Project Manager may require the Design -Build Firm to furnish such additional information or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the requested extension. 51 1'1 manor Or?eK .anaC PestJr3tio2 Project 1 7 17 City of kl,ani- Florida Contract No 15-16-030 The Des'r_,n-Du'; Firm sba,l not be entitled to an ex,tenslon of time unless the Design-BJild Firm a"lrn '`,;',e y erronstrate.s that it is entitled to such extension, I ^C Piro. =lot Manager snarl erdea ,or to re'iie,v and respond to the Des ^n-B.:'.0 Flri e , est for =<C;s3:,: . Delays in a reasonable period of tlr-nehoJS,e ier. the Dos,g:-BJ'.d Firm shele b :�i 3`e tJ ror`;' _, l✓� : the'i`lork required regarelless ofy,retrer the Pr' ;ent klanar'er h33 fsi vd a de,: tne. Design -Build Firm agrees or -' 3a-'rees Jal'tn t"'a: deOIS,on. rega-4 t,u n s`7(`' Cr'1-` 77.1rence of p+abliu origin `rvhreh raj delay the Pr e:t, Design-8 _ F ^.. snarltne Project ii,l?^ager a C ,, of the :n Jrcr 3h or G-her t7e �_��� . ,',nich the sap" _ s'-'31 hale ��_ =•anted The City.s^al :OeCome a pat ..--, ,_.y �r �_�� "'g it 'hhioh any such 5^_ y �_._. n o ie is d55,'', e �..� V _ or o:h _-Jti,'-se tie City.'d �.�i vim e bet — payment:: fCe5 j"-11_ 3 c a , r a ,`,a 'per r rj-ts "ter . t ^3 3t C r -,J Des J^_Frmin de`aJlt. 65. Notification of Claim Anr ,_` _et e n. '�„ C•Jrtra Ti' a C' Oc _^�. C- e ^? be maie �rr _ Inot - _ 4J n lD3 3 tne :C" '.-.a. ert 1} i r r se tJ _"e :t `- �n 7Dt .,C J �'._ . .". J'•r J' s �_t _ ' ant.' sha,l be ], teer es5 'P-D - a" adds ton '?." " 3 ;� az.= - - - :r t `'a ""1 a"., s : rctde snal t =: thea�'jst cia `'yea is he entire a .as a te B w has r_ a s: de' e is it is yr ;lieu as 3 result of the o' _ 1 :a iem. A eia.mis ,_ ch,_S t e Cent -act Tme cr C';nt-a,„t Pr:e shall be d to ett by tne Prclect ralccra �v'J', l . A.—tc a 67, Design -Build Firm's Damages for De'a,, hereof, if City a.nd Des -'n- Fir _a ^.r'2` c`.. , Ise a -ee I. is e <cress a- d sperm, oa j a Mee tnat any y i.. :ih'a-g_s t.'', t,hh,, Cc^tr. si ti—e c- Contrast Nil:oe snarl bs 1,‘,a ,ed if not sJbmited in strict accore4anna Pr'tr the re,m_,iren-snts of this A t;ele. n rt.-a a The uo �. _ . �`, ... _ e Ct=n'oMU in an aim . _:r" v :l'..a � t. ,e lost_ on Cr;t oa tr`, o", I:� _ �_,_ tJ ays b ,nr `,ne _1 a^': trr:Lgn no fa_; . or re: of Des•7n-Bu' _ a .. a - ,s Fie re Antcle. S_.._, :delays s' fleludo but rot be !in- tee to 3-3 F5 cr recl'_:: r'j 377 sepa-ate. Design-Bjild F v- ^Hoyed by City, finis, floods. labor dsolutes. erpidan :s _a.`. Of'ma:',beat`tner cord tions or a:'_7 of God. 66. Extension of Time not Cumulative In case the Des gn-Build Firm sba'I be delayed for any period of t:n:'e by trt,o (2) or mere the ca_,ses r~eh. _ned in Al t:c!e 63, Excusable Delays the Design-B— 'r F r— sr, . not be a separa`e v.t: ns on for each one of the causes; only one peril.' r:tens c: cJ t-acr for the de:a j. 67 Design -Build Firm's Damages for Delay No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. 52 r'l3grer City of Miami, Florida Contract No 15-16-030 Design -Build Firm siha'i not be entitled to an Incre.a5e in the Contract price or payment or compensation of any ',kind from City for direct, indirect, consequential, impact or other costs, expenses or damages- inclia'l -g but not limited to costs of acceleration or inefficiency, arising because of e:ay• d .s ._ h. Inter`:ronce or hindrance from any cause. whatsoever, %whether such delay. S''_,oton, in: rfs. _- or hindrance. be reasonaale or u nrea3onable foreseeable or oi-fiti-esee cr _aitt le or unaioidabIe; prorided however, that this proV5ion sing,! not c ;es by Design -Build Firm for actual dela js dlJe to "ad fait`. or aotNe r' nt.o' and id, ce on the Dart of City. Otherwise. Design -Build Firm, snail be e. only to e<:_ s ,s cf the Cont-act Time for completion of the Ytork. as the e 1 and s�� r e<clusi",3 remedy fo" = -s �1t g delay, in accordance wt --Je<t� : �," � „� a to the i'ica'I provided acc',e NO EXCEPTIONS, Except as may be err, se s iec,`ically provided. {_ in the Contract Docurrents, the Design -Build Firm agrees to n-a'<o damages ford: a; cf any kind in the performance of the Contract Dcc _. ,e, nts ,,ham : _ _._ _ �' ti r an j act or cm ss cr, of the City or any or its re:re5entat ies is a ' E.: s _ _ a , cr ctb rr, se s the Design -Build Firm a;r.ces that any such a 5h.a co i3`._ u S; / o j an ee. is-cn c" Me tJ cor,plet Ge :r 3 ,ve of the Work. ' e Des• -B_. d Firm alone he eoy s j aas_:n: s ii"J 5K of sa•::h delays, In . I• 7a _ . delays in processing or a ,.,'rJ ' S7cp d`3,Y',n�a. samples or other t"3 fa: to r 3hde U = p 1 � r deter'";in rrr.s, approvals. ru ieS. InspeCt;On3, or tests of the ''i`!srk a t. ,e i rranine. Design -Build s-ell not receive. monetary compensation fa-- City d'eia/3 !t.iniess a oc,�M In e fihe' orde dete h es the City 'de ej %Nes solely to a `,4'ii.f-J• a`d -ate 3._,0n of the C'./ j -y Pat,' to act I 1 farm me, . i e :`.e _ S may tie a _, _»' I`7.7e_ :, In rd"_, r 3 c e C g:od t? atte^1pt to Ciiitate t e � ' -f .r. _-' me - - _ _. _. u _ _ � ,J f �-.J' l ..r -. 1 �.encie 5 that liTa/ t.'5 V. - Yk_ ! 3 5e- _ Cr co —sit -tie tc._- r :;, ewe .. at"d s the C._y s 3o,v e i C2J laws�733 _.. 66 Excusab!e Delay `lore-Corncensab!e Ex.:Ls3o•e Delay '.s _L : _ s: es beyond the control of Des rn, its S o Des gn-5_, v _ and is 3.'sc ca t.s_ _'i cy Pe [Tie. cur'; _ _ `/ Cr CCn--: is' : '3 caused joint,Jj o` o curr n:'Pi, Des i' - Bcr its SibDe F , � :3. su^ 1 ers or Frn7 sn31 "on: t -J a -- a `- n e erterrs on and no compensation, the delay Design-Bw Id Firm is ent t!e's to a t,n' . _ - cif the C: :: act time for each day the Vior'k is de aled E'4:..sacle De..ay. Des 7 T, doou,m,ent its clam f„r 3iy time extension a5 in Artcle 65 >r`ao.... Claim, hereof, Failure - n- F i, comply thClaim here.a ofDe ;g 8 � .ri � t�c c .pi „ ,�: cle 65, Notification of Claim hereof as to n" c/ particular e•,ent of delay shall be deemed conclusively to constitute a vndaiver, abandonrnent or reling :snrrent of any and all claims resulting from that particular event of delay. 69. Acceptance of Defective or Non-Conforminq Work The City, in its sole discretion, may elect in %writing to accept defective or non -conforming btl'ork instead of requiring; its removal and correction, In such instances, a Change Order will be issued to reflect an appropriate red:otion in the Contract sum, or, if the amount is determined after final payment, any difference in the amount shall be paid to the City by the Design -Build Firm, 53 1 r aggner Cre Seyboid .anal R St 7r3t'or' Prole,:t R�', 3. 1 ' 1' City of kliami, Florida Contract No. 15-1a-030 70, Uncovering Finished Work The Project Managers. and or Inspectors right to make inspjections shall include the right to order - tine Design -Build Firm to uncover cr take down portions or finished L'/or'k. The Project klana'ger shall notify the Design-a,iId, Firm in +,5rnt!ng concerning a'i uncovered finisned Yif York Snould tne V ork prove to be in accordance 'Piit.h the Contract Documents, the uncovering cr taking down and the replacing and the restora` an of the parts rerroved be treated as Extra Work for the purpose of c,chroLt ng add'tonal compensation and an extension of time Should the Vr'or'k examined pro'r: Liirsatisfaoticiry such uncoi,erng taking down. repleo!ng and re-stora`..cr snai be at the eierpense,_t.rie Desiig'-Build Firm. S._: expenses shall also include repayment to the City for any and a.. �. _ _ ses or costs in by it, including employees' 53.3ries or re'iated cost. attribute': e replacement on in connecton with such uncovering taking replacing an, restoration at the Project 71 Correction of Work P oiuot mage Jr i2i s a 3 he ie : = ° . _y `7 re Jr or d'sacp"o+' J Work J,"rk .r5rh J Proem• Con3,,:37 tr2 = re-„ -e,d the Des gn-SJi'd shai or-" c:Ij r'! r . re :td c, the PT:-:. I`,' h =, +o ';u a. '. as defe:.; re o, as faling to r- o: -1 to tire Ccn -s:t Documents iiiihethfoss-rivet oe ore cr after Substantial Completion and ir',ne_he Cr not far-r'_a._1. Instai'ed orcompie.ed. The Des :n-Bu'l'd Firm wall tear al direct, ind V :t, anno oors : cost of rerrov!ng and 'fir soh Including the cost of the C! j's and .,cna sc: gas ti-,er b j made hece.ssarif I Des'.; �-E , �'. Firm f_ .nne- a•y-e-s that after be n :te !n ih',ti o bj the V?`_a-ge` c• ~r'!. ram_ in a oittioroarce the. re;,_+ e is of th_ C+o'nt"act �r any _ ,fir I _: Cr':�.e� _ .�.. A. 'y .v :�'i '::a.Tnea'! 15' r-X t_ - l+,s .^': to _.. -�w tn- r r _,'<. r'1�n i a re3sDreble period J1 time. es 'n e 4,n _•d �. f - ?r 'o 1. 5 9 1_ a .. ,. �. o J -. r r fa re to so comply. the Des.n-L_!i,d hetsbya,thor t Nt_»_u L3 clone at the De .g".-B'. J F.r^, s e<cehse arid that the FAv w i :1 pay the cost more: 4nn demand The City s�_, �. en_ited to al; reasona:.., cost not includ,ng reasonable a::: ejs fe s r'e _e ssahl1 inc_. red upon the Des gn-B'. Firm's refusal to pay the a.`,c is. costs. i'i•1 r' �`a a foiredpihg paragra,=.h, in tiny e'en'. or c, erg enc j constituting e.. + ed ate ha,'.7 : In tnc + - � .: �.: v ::r'ne�• p ,! Or iic sees, the City r-ay undertc c at the Des-B.. prier notio, Vr':nr: necessary to corm:' s. ciri h'aza'dOus t tinw',hen, it 1r 3_ :c -�' r� of the Des 1-Bu`li Firm not ca."1+g in a: ordar:ce'r5,it;h the requirements of the Con:r32. If. v'Arit. a .7 ore ( 1 ) year art _ the, date of Finn' Completion of the Project or wit- ^ s_, =.,h Icn-ter pen,;'_ t as may :e • es - ` u• 'a/ the Contract Documents, or by the termis any aoic scec'a ',La'`a, ` " : I Contract ❑OCurnents• an" of the Work is t : s_:.. : not in a:cordanoe v,5, .. the. Con:i"aot Documents. the Design -Build Firm sha'i' oo eo: It c.rc. after receipt of a w-i:;en not,oe from the City to do so. The City shall give such notice promptly after discovery of the condition, Failure to re;ect any de ect'ive Vior'k or material sha!l not in any way prevent later reie:t such defect is discovered. or obligate City to Final Acceptance. 54 1r3cirer ;r k je1ti7A! Oan31 R3stcr3ticr Pr,ie.ci City of P,flami Florida Contract No 15-16-030 72 Maintenance of Traffic and Public Streets Scope of 1i,/or!k The De: • sha'J be rspcnsjble forte r`ls' a ^ V'i'y streets anti s j tv plr, or'the ",'/or"k under the Contract Du _., tsTne cyst or tsar' c cort-cii , oe'a it t^.. - Design -Build Frm's Bid. Re'y'ajatio.nns As Usei ' C,:. , irs 'c �'_ y .= or Its putiishe,d be s/. yn,r^ J _.s an; . _-.^.a" dab' r ihnner re : :ed i�' a:�4r st. ,=tj C::(f`. �"t7 `.: .. .. i`eg a.: s v D 1ices I i�,f .�TCD V'JT~J__, .t ,°,3� �. 1 u`'.� Star'fda'`. : e< Dr _ .', , oa`a. TheDesign-B,., F r.. a.,:_ Y by a': appl cable !arils re~ 'at ors, a'-'u t; -cf • `. hin0 `-s 1‘,13 . Tra' c 0.,1DT, on streets .e: c :ontt a _i ::r i's,cirs as may : _ reo_. `1 for this Prc,e_. :F 1 rd`F,_ tirlJTl • The L v y ,-3_l r ^� ti J fJ" l_ IQT a"ic drsa to , at land ,=_r•a,, tre t"aui%~�.o`'ti •d any1ot prc, sins _: �-�I� tine ^Project. as rc'� redof U" fcr7 TIr4 Co _':° De—ices and FDDT R_at:,'ray at ,_N i^a_x - Bc Tr: s-.a 1e n s to r.e ' a::.c'd to c _ `es:'on t c vu tea = � ^c d somas o _2 in _.,e s` a^°da-ds- ICI_ s she: e _ r-:re tl- a a`. s J ke� t"e j a ?tine.j j J -st iMa"ps7.?r, or a re'g—latOri aJt.ncrit . Tr-3Tr.: Dr,'_ 1" 0' FDOT or as otnerii., se a..`."i-r _ea - -•- 5 I - ^r - - 'I�a Des _ -�...'.� F _� _, ��� � v_ . :a I s."a, ,'�a�S� a,"ra'"�- , e, "s for tie �^ta ' and, rcaU�r tea _ tinroLgh a.Y The runncer,r men -a!h.3 er r -.e, :e an,o' reci„,'a:cn c tr_ she bu 'o-rl'ded bi tn? City D42artment. • T one De3I„'-Su 5^3 J,':a �r1'd,a" i 'gritsram h ---4 J' s•y 's. tJ'rba micty.sts oF :h- 1•r l �'l .. t v ap:+:,ed 37 ' be ere::e: 'a'i.ta r'ed b,/ the Des. E_.iii t: detour tea 'c. • Ex:a rated or other material stored adjacentatljacent to cr p a`t.e'' i con a road','iay pa i merit shall be is-f: sa`ety at ail times. The De_ =-B s d Firm nail de r �_ _ r, pro`i'; J J a �� y a ccess to ail adjacent property (luring construction. T e Ern-. sna . v _ resccns ble for the Neu r 3 of-. Stu at•cn and maintenance cf a i MOT and safety de, :es• it a coordance vuit`1 the, Manua! of L1:-, _r=, Traffic Control De/ices ?,1'J T CD, and FDOT Road',vay and Bride Standards index draw r.g book. In additon. the Design -Band Firm shall be responsible for providing the Project Manager lrvith MOT plans for lane closures and,'or detour for approval. These plans (sketches) s".a'I be produced, signed. and sealed by a professional Engineer registered in the State of Florida, employed by the Design -Build Firm and certified under FDOT Procedure NPIL No. 625-010010, • Where excavaticns a'e to be made in the vicinity of signalized interseotons attention is directed to the fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations by inspecting the site of the Work and by contacting the Sunshine State 55 33 ai R.isr..Dr3t�r;r Jr7Jje' R-3, 3 17 17 City of 11.1.arni, Florida Contract No 15-16-0310 One -Call Center (1-390-432-4770). forty-eight (43) hours prior to any exca iation. Any loco detector which is damaged, whether shown on the Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and S`gna' Di/!lion (305-592-3470 Where applicable, the Design-B, +Id Firm she!. notify the Traffic Division twenty-four (241 hours In a: lance of the construction date or forty-eight I43 hours in advance of construction within any signalized intersection. • Temporary pa /errentvv.! Joe r.E.'7,_.;H-ed over al! cuts in pa roment areas. and also ih'-eire r, a is to be rc_,ted over s,4a'e er id,a,n areas. When the temporary pa /event for rcu_,n+y, Is no longer necessary. :t s-ail be removed and the s',`,a e or median areas restored to tn.er previous condition. • Fa a. 7 ,', rinarki c s ciMace aaring construction 373 oa renamed as req.�!re'el by the Traffic Di'l131o,n. of Ira` c fir B f22S5 -e g C t F l take anproor'ate t s} ..n n „+ rnnor ' �3'� -�_ili�a � sn1., 3. b� [�a �3+_Ire t .3t a+I ? �i.�� ary pumps-. piping and noses a e p,-_.= _.ea from ,1el,.,i :.molar traffic a^.d pe es`,-ia traffic. _, Lane Closures a IF`lne.e const7f:.t.cn of the Pr_'=:t she', involve lane C'r2,S1.3 pub streets, the, following shall appiyi I_a elc3a _s re. -a a Lane Closure Per-rit. obta nee r',`,of 2, ',i,eelks prior to planned _ ,Cyr, _ f -�_ g^t (13.i hoar and emergency ma) r-:,a re cc i nc Lane clos_'res . 1 A da, c" genera y not be 3:arc r d i ;r -3' _ s= �'s or fc a 3tvra; d < r`J y. h s ✓I 7ar to Cray a 'd `+ Location and Darnace to Existing Facilities. Eguipme.nt or Utilities AS far 33 �.css,bC al e:,s' Lt rhe-3 Ii", the P.i-ruieiiicti 3 3reai s _ _ rLn Ctne pans. Ho'r�rere , City does not _iateht c. _;'.3`_ iines are 3 _',', . Cr that the oTe t =a`�a a.re In theer true location. it sina', be Line Design -Build Flrr- s resocns bi' `_y, In ..-„`' a _ �,' each utility c"r.,ne,tafe'dcheckall 1.p:i_-,round and o,_rn._a_, Tj v'_, _ _u ora"aotad b y t, Ile ?a:i iC ? �' _ 3 par t ,rr; . ice .'3.".e to the Design-v :i!d Firm beca_ise cr in a=.aa p; unii: as and d'mages saffered as a ras'ult thereof The Design-B.,i!-Frsna notify ca:ln 31: least fourteen (14) Days prior to is`.3't C- y ns r = tc arrange f_ r +13'.'re undet-gi-ciiind location, relocation. Cr s..epert of its ... , r, _ that ut may to in conflict with or end cered by the proposed construction. F;ei- _ _ rvr'r'.`ate rinains or other IUtj!;ties for the convenience of the Design -Build Firm sha1be tn,e Design-Bu,'d Fr , A.! charges by utility con' in r7iinies for temporary suppert of its utilities s-cice paid for by the Design -Build Firm. All costs of r =irmanent utility relocation to avoid conflict sna,l be the responsibility of the utility company involved No additional payment will be made to the Design -Build Firm for utility relocations, regardless of whether said relocation is necessary to avoid conflict with other lines. The Design-8Jild Firm shalll scr,ed plc the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. The Design -Build Firm shall coordinate its aotl fits. with any and all public and private utility providers occupying the right-of-way. No compensaton will be paid to the Design -Build Firm for any loss of time or delay. 5,3 VVagre_rOreck 3_lnal P.estcr3,:cn 1 !' I' City of Miami Flonda Contract Nc 15-16-030 Al! overhead. surface or underground struct_,res and utilities encountered are to be carefully protected from injury or displa;emert. All damage to such structures is to be completely repaire' within a reasonable time: ne..C'ess delay will not be tolerate. The City reserves the night to renieriy such damage by orde.ring is de parties to r,ake suOh repairs at the expense of the Design -Build Firm Al! such re/oafs rs rra:e by the Design -Build r d r �" cFi m are to bemade to the sat:sra;t.on of the ut.Iit 0wnrr. All damaged. utilities must be replaced or fully repaired, I repairs y �-- replaced ,.pair.._ A, r.. a rs are to be inspected by the utlllty owner prior to backfilling 74. Stop Work Order The. City may, t r-a by written order to the Design-BrcLi Firm, require the Des gn Br�i"� r•r ^ t a'i or a:-i part, of the'Vor'k for a period of up to ninety (90) days (or any lesser- oehorti,m = o s loner tr;a.n the date the order is delivered to the Design -Bud Firm. and fo- -y so ._ ;0-- _ tn-3 part:es may agr e. Any such order shall be specilfca!Iy r a3 a '37- Hitt. 1' i33 .p.,rsuant to this pa,+-agraph, 11'J n n the period of ninety •da 0 t ���� _ _ �r s a Stop vi`r ork O ier is de•,u ._ .r to the Desig s-DL,ird any e -=chto ,`,r a Canes ha,c, ag- led the CH.' sha _ Ca-iciel the Stop Order; cr ■ �at_ tTe `,'r�r!t by such order 33 pro,'o; In Arn•cle 82, Terrn.ration for Convenience. If a Stop Li —de.. this A",ole is Ca -_ ▪ _ or the. pdrncd of the Cruz'' or any e <tens on glares -of e,lo -es, the, ❑e3 yn-B's'rd Firm s,fa' 53,"" .3 the 'Nock 6tii:tn compensation.. at the sho'url rise of E.,3_. i_12 • hour, not to exceed e ght .J1 or-'-- per da.7 t.,, -'heDom= J~ �.. 1r — w _s:n s'ss:a` s o and an extension of the the for S_,„ -a. C_ -,cn to the eater: o-at ir ▪ Dv7 :n of the Project ;�,1anage. he rra. n` _ - _ �e 7: s - _ he -,'rent th'eProje ;- Manager.dot r CJ-suite"- e" " es t-'a e sd3r.. � ,o: 1,1 �.f �,ss� _ _ssary due solely to Des go -Build = , e t'!'r _ 3a o Work CCh_: . __ _�_s ry tfle Firm cr any- _, r eascr caused cy D s , - B r rr , s fault or - _ ET-9 Design -Bard Firm she nct 4 en :.ed tC _cr-:,ensatio'n r,,,r tCan e{tars on of t::n'e as a re s_.. cif the Issuance of a Stop \i'r'ork Order. 75. Hurricane Preparedness Dsring 3 c n re =ids of tin-ie. as ?-e designated by the Unites Stags Burs a3 Yi the ❑es.gi=-Dalr'd Firm. a: no Cost to t e City... a, tat a' _ - e.e the R-oliect site In response to al! threatened s:%ir, e,eints rega y, whiet: the. P;ojeat Nla a has gi'ien notice of same. Co YI•t7 any spa ` _ -Hare ri,varoing or alert precautions rA H not constitute additional Suspension of the Work caused by a threatened or actual storm event. regardless of whether the City has : -.toad such suspension, will entitle the Design -Build Firm to additional Contract time as non-coihrpensable. excusable delay, and shall not give rise to a claim for compensabla delay. 76. Use of Completed Portions City s,hal ha re the right. at its sole option, to taike possession of and use any completed or pa,tia'.ly completed portions of the Projact;s). Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, 57 '1I31,r'r ::reek Seitco'_ 1 r-di Rat r3tIr)r Project ��, 3 17 I' City of Miami. Fiorda Contract No 15-10-030 Design -Build Fyn' s^ra,l' be entt:ed to reasonable extra ccm; ensatic time cr both, as determined by Project Manager. In the event Cit',/ takes possession of any completed or partially c r1 the follo'I%,ing snail occur: • City shal give notice to Design -Build Firm inwnitrn'g at least thirty (30} Days prior to CIty's :mended Docupancy of a designated area, . or reasonable extension cf eted portions of the Project, Fir'T shall :cirri iet� t 'Jbstantia! Co cleto_n the e p � to the prJ�n'. 0' � f"'., .. ,� tr de3'gratr area a'-'d is3.:an e of a Cert,f'ca`.e of SJts'ahtia Completion from Project P,lanager. Upon Pe:. fi\,13^3-~ s of a Ca -;"cafe of Sii_itsianti Coomp'et.on, City assJm0 !Ti for r ? _ ur_, `. �, s' da-rages of City and p � _ UJIic. u 3_."?,_ 3 r st.a-t cf',+,1"-a.:j the ooc'_,pied area. De gn-BB F _. _ 3.! Ife'ms noted cn the Ce-t :ate 72f S_itos`ant;al Cornp•e`, n Pr (..ror':i'Jtt as s�?o+ r ` : P r n'_ st a, a�d r ra Cc c Of the portion of tF tj'� .I. ccc c �. I� s J" = ,r.s: _: a"'d reo 'pt of a- a _ ca..cn for final c.3jr'r nt. Project iM,1anager ..ha 'ss_ 3 C =-t,. a-e cf Final Pat -rent rs at,'ie to the occupied a -ea IF C y r-I_ if nesess.a y c=1_.: j Cr use a cc-t -r. ,J 'rC3 the'. Sl'i:rk pr!or to S'.Jb a^`'a C+:'M thereof. s..,nhh occ_r:a"':y Jr use shal nott pr'icr to a t,r.'e - -e -i C, 3' Des E, d - h . h 4. - -'_ - -J � g"'-ua r'Ir"'"I end t:r'�I � � ., �_ 'r'S-al.0 ....rr,.sny Cr ^'� r- robe -tj I%,,._a. _e v 3' s Jj ears ^r rJ t pciioy cr - - ...nOC:uo. she hot be ca'-oe ett or 3r'. n s_;:r pa a ._j c.T _.3e ...f De-3 F r^ a`'_ -2r 3G'"'>Ja-;es to s_io J'J �'e % use. '3 be. unreasoihaOli 77 Cleaning Up: City's Right to Clean Up iFirnn sna a'' t r ss'keep the pr "Wises f,`e.e flu''" aocunuia;,on 0f3 '.a s D'jrin r :o^s.-'a':.: ^. tine D es.r'n-B„'Id Firkin s a s: 'rti at_ s ieed and use oche I ''tea� ^toeiHnninate �'�. 7y syrc.Jance ad,a_ent cr_, -rtes r-i: _-e n c' 3 Pr je .s I. Des oh -Built', Firm slid'! ra "''J',e a Its 'iviaste r'3te,'?'s "' , from _ ado.. the Pr n'e:t,sl as ,be„ as Its toois, construoticr, ;qu'p, rent. maoninerj and s..r:,as Des -1 . 1d Firm. fa.ls to ciealn up during the prnsecutcn of the tii'icrk or at~ the c:m o -t.Jn cf .City r"_, j do 3J and the cost thereof shall be cha`ged to Design -Build F if ? : _ _ Design -Build Firm and sacaa:e Design -Build Firms as to their -g C : i may clean up and charge the cost tnereof to the Design -Build r err ; -Ys.•:. Ole :ne-t-ore as t Project Manager and,:or Consultant shall determine to be just. API cc�'.:'_s:ve ';ias`w materials snail be removed from the Projects) at the end of each day. Cleah cu'-st:Jrs should be controlled to limit dust and other panticres adhering to existing surfaces 78. Removal of Equipment In case of termination of this Contract before completion for any cause ih hatsoever. Design -Build Firm. if not'.fed to do so by City, shall promptly remo:,e any par' or all of Design -Build Firms equipment a., 3 3._;opl es from the property of City. If the Design -Build Firm does not conpl'y 5a Proj.3:, 3 City of P.liarni Honda Contract No, 13-16-030 City's order, the City shall ha i.e. the rlgbt to remove such equipment .and supplies at the expense of Design -Build Firm. 79 Set -offs, Withholdings. and Deductions The City may sat -off, dedlu_. :nhold from any payment due the Design -Build Firm, such sums as may be r ab s_ `� � e.as„r ij � .o prota :' the City's interestsas determined by the Cltj, and soe':Igoe. l'J 'o;y, i in tr - -act or by applicable. law including o/'thcut linitaton. the foilo',I,»ng: An!. a^' any " t j a t n,rd bah" ex:apt third part] cIa'ns co'jered by Design -Build 'd Firms •nsurance: • Anj Lin de. ed Damages. anr'. or • 11,7 uh:Sq 'era j e'croeat'e. by the Design -Build Firm, to the City. The City shall not--; this, Dvs F�r j , ,� .� era^j su.,t,y,`,ri-oldIng3 Ai^ j ,', �`_ y 1: is i, r-a' :1 j a' + t J ha re. been .ivongrL,Jl, she..' be pa d to the Design -Build Ire '!( ���'�. a^ :`; Y-e. Lo:a' CID ie:7non Prompt Payment Act 30, Event of Default e,e- s^a'r 'a _,'s; c' �o ithe Design-B�I� ting Firm.the _j a :se instances referred to herein as a ,. a d`ea=Event of De'a_,' . shall in V� e fo i`'aterlal,rlfd_ ither� �� y/Irg when 5'J�'rl breach is t� mine''d by City' ▪ T ee De-7-E3u Fi' 1 has not cent- m d r'k a Freely rna. ne- ▪ The Die-sfr :e y lm"' or re='ah _., % fa.is to acrr,e'ie anj of the o_ c -a-•s co ;� o rr o _a r.av in t.h a'd rega-b.ess of D-=` a3 c, eptea-h ice- O , _ . t.on d=`ault, the De gn- sr a • c_ Jeen-e: a "Hla::._.a 4' o ator, a^ _ o _ " �3',a' ` the r ., any f.�r:�� r'�,t We or _tee c er .; tom. _..,-''e: a-,.d - +� ram, ^/, ST - _ ;J C] _ r��_'s �� _, i .. v �, o is I� de,a..i� sari I ci'r.,un-,J.ah�oes, the Cr.) y is3..e the �' s f J ^!" � r+▪ �`a � _. - y CI ti'oGr1.L3' t.ncra`ora, and a"' j s . by Des ? - C ,� � - _ u,-� s.�r , to the Iss�anca of tee j s rct._ , s _toe s for :;a.., _ on of th 'ent. In the event of 57y -` t, th_ r t�� C .,/ / rMir'S`_3 t;'',IS f',� .- _ _ I.':Cr+ g:vi-,IJ Ip/r,t.e.ni not :e to the Des and terrn:nat.on shall be e -a_- =. - = v i? Dais a,`.o, the nc as e a fees c ,e to` he De - _ 'd u _ - t s `y" � a Firm i i _r r s any and all charges u ,a a - the date oftom_ _ on, a d Des._ -B_,'H Firm. shall have ro L e- s_�^-". Imme�!atsly uponreoe`pt cf the C t; s f„a' notice. the Des gn- r�_ P „rr ,hi! oeas•e an j Lrther pe-formanco under this Agri n T o Des y - Bu Firm, ha3 ref_Ise'd or fa led. except in case fort� prb;��.� � _ anextension of tide is to s _ / properly sk ,e.'d staff c,r provided rf oieni ? e- • s'a � � i �J �i staff to :Jrfl^ the • The • Firm has failed to make prompt payment to S�n Design -Build Flrn, - _. suppliers for any services or materials they have prr;l-i• d • The. ne s _ •tt Firm has become. insolvent or has assigned the proceeds received for the bo-o ; Y = "^_R�ilra Firms creditors. or the Design -Build Firm has taken advantage of a'nj irso ,o / statute or debtor creditor la',b or if the Design-BJild Firm's affairs have, been put in the hands of a receiver; • The Desiyr-Build Firm has fated to obtain the approval of the City ',here reck.iired by he Contract: The Design -Build Firer has failed in the representation of any warranties stated herein: 5; rladyrer C e s, S ,bt,r,, Mardi Rstordtll,r Propict R?, 31717 City of Marini. Florida Contract No 1.5-16-030 tir''lhen. in the. opinion of the City roasor o rounds for uncertainty exist with respect to the Design -Build Firms ability to perform the 1,`iJrt the City shall notify the Design -Build Firm in writing that it must. w't,- , , F nne frame suet forth in the City's request, provide adequate assurances and a plan or ant on to tne City in ing of the Des'Ign-Build Firm's ability to perform in accorNance 'A ith the m's c` the Contract Documents. In the event that the Desig+r'- Build Firm fa.is to pro/'de to t, e City the requested assurances w thin the prescribed time frame, the City may: o Treat such fa lure as a repudlaton of the Contract and or; Resort to any re"leoi for breach pro/iced here n or by law, Including but not iI'il,ad to. tak ng over the pe-'crmance of tne ~/lork or any part thereof either by itself or tnro_.gh o:he's. In the. s , : tine City may, at its sole discretion terminate the Contract for default, the City or its es g-'a-e; representatives may in m'e-2ate.ly take possession of all apci',catle ,co:, hneinta-.I n a7' �3ta. Cit, �'. i tern" n.at33 Contract or f„r de`a l'., the terminations s a ! we co,,,,er-e,, tJ a Tor ..-_ : c-. `:r C: -o - = -:e. and the Des, n-B_.1': Firm, she] have no Lrt,^a,_ repou'se of an, natjre ter 81. Notice of Default•Opoortunity to Cure Vat tine City de_..-r- ,.__ that the Desi n-Bu l,J Film is in deifaun. of their obligations tne City „ r.- o Ces��n-B.... I.-"'. Fiji sgeo r the oas s for s:oh default. o , - the Do it,a_ o default m._!=t oiiin.na 3:2e sit-:.C: I. the Cot . e:t ,`, tote C� r'- / to .irate: Tn- C+.f inney gran: a,., er,r. 4.t�nslto the ear: r erl+e Na r the rC -s la^ :crier_ and in .na best Ta City s rgis heineurtioieit The CIt,, a`ter first g'r tine afoiternentioneol ru_,.e and oprc ._,n:'.y D. s._;' -Bi_a Fi is i ha ie c: rrsoteJ by Its coin forces or another De - B_, a-_, -/ sd es:s in_urreb 'r, it b.e ded_icte from ?tiny s}rr-s c_ia the Drs'gn-B.w the City. 82. Termination for Default If Doss;^, B":. r ca is to ccmpi j In a manner that _._ :f, a3 Material Breach !t i:h any material t `m : _ . n,- - the Cont—a D�cur;, ;nts Cr fa 1 any of Its obligations hcr� tTo D-_ Frriti shall pie. lin UP:on th_ cr a d if _lit hereunder d. •„ t ,--e s_oo to cure tine T. Ciirector in atl t,on to ail ren e _ vs a !a t: loy ia,,. may ir.. - ' ately, upon 'I';ritten [,:e to Design-Bui'd Firm, terminate t".s Co'nt:a:: ',`,7-_. pon y ,anti io h 'Nark L_,_ e rfo ed n eu.. a.-� at; vs for ,� +ch ,lor>t en pe ,,,rrr;. ,va+d by the City to Des gin —Build Firm 'o4hile ❑eS:'j'-�B.jr!d Firm Ys it small be in mediate y returneb to the City- The Director may al_ o suspend any pe - - oat-. . e'e'Jf or orber a VI:irF 4 stoppa;e until such t .e as the issues co corning compliance ate re_: ,e Design -Build Firrn understands and a; ees that termination of this Contract A:` ole shall not release Design -Build Firm from any obligation accruing prior to the effeoti ie date of termination. Upon Termination for Default and the City fully satisfying all of its obligations under this Contract the City shall have full use of the t!'lork Product in conneotlon the City's completion and occupancy of the Project. A finding of default and subsequent ttirn n at nn fir ca'_,so may include, without limitation any of the following. • Design -Build Firm falls to obtain the insurance or bonding herein required by the Contract. 60 ','i ;re_r Cr'.eK 3 ,'tckrt Canal hastrrxr,or Project R,v 3. 1 7 17 City of i,tarr,i Florida Contract No 15-13-030 Desi9r-B_:ild Firm fats to comply in in a manner that �,'�.� '' c,u.a `j as klatenai Breach with an/ of is d'uti'es and the Contract Document i5 / ,r?,a e conditions set form .s „ t•- a na' ter��ns cr ccn��� � n e + in this Contract. beyond and specified period a'Ic,'res ._ cure such default. Desgn-8a ": Firm falls to commence the the t.mei`i-arres pro'i'ded or contemplated the _'n cr fails to complete the 4'r :1K in a t:+^^el/ manner as req .i rei by the Ccntrad.t. ',';here It na3 :een rtJete.rn-iined that the Design-Bulid Firm. has been erroneous''j' terminated under this Article S__, to r.a'cn sia'l be de rred t. ha, been occurred u-derArtoI_ Term for Con'fenie.nce. 83. Rerrodres in the Event of Termination for D,efauit a Tn-minaton. for Defa_,lt ccc t;h.. Design-BF-m and the bond pro',ider, if applicable) sha bC y.,fe: of data C,r t.h,e tar— '.3cie for :! damages ` g ,a��es rep•.. -+"� tine a�r�� ` Ihr., ... hg not +I^'.te..:, t ��. :osts rect. damages The D=3 : F 3• 3 r5r 1r+ti as (I- tn- Of not`:: .. _-e ter-nra:,on and a la:3r. r•f'ie"_. ant.' Irrate' s 3 "it by the Cltj,l frprl TiCr.)ass_, c- ra Ila'c''ltf fcr ter' e D_s Ei ,l� .�, s fa1.e to remol3 s h items from the Philject's., site's) a3 re j!red. The.Des _,�,�� Firm s".a'I a sC ". 3^ j I:av'li;,es a^d c13ms re.'ated to the Deslgn- D+._°Id Firms .-caul.. .:4773 r . ,• Cty --' " ny3 ape:-Ce T erm1naticr1 for Conven:enc?I ▪ t� _.0 "_� Iw. te r"''"at on 33 c+. - d, __ pr: ue. ^ _ ,...a r, a' any n '73 3 cause to ---.hate the C:nt a Jt by IT) t-e D _I j',-Ey Flrm. 5,:177 N,J:.:e by the C,` j Mahagsr s^_� I state the cat.. U2on ,t, D -E ., _ F sns cease -a 7}a _ L. r_r the ContractJanid \iatoate the Project.. sj The City ac- .r.='c 3`E-3 tinges a33D4o;s:ei se:ur;-y regi_latDry a,`.,Jro'ia'3 fp..- 3 CAP2 mod [ :a:,jn. v , y' r 1 C �� one "' :amendments a-_ no! -1 ,', :, ?_ Dais ,n C. Is3 ,'ng th Pro eet' City a zero-dolla- . _ `nano - --•_ e � eot �• J (ite _ ,. y up to r Da1s t.e secure theCAP2 .. t. :a 1l ] 3 r as : ]eta ne Tht amend .3 'f+l' Inca any peh3 f. l the. ei/ent the CAP? r 3d f ca`.o, a i 3 3SC=1?`_ _ Ce,' `, amen+ '" is s :_ se.l,re' , _ extended t' ,C,frame the City rase-' es the right to terminate the C a.t for Con ienie.n e The Des,;n-B,i d r >, s a I upon receipt C" sa:r' netrce, unless oche 1 s d rented by th..e City. • 5`.or, a.' `ird'larh on the Project. s! on the date specified in the notice ("the Ef`= c.: /e Date•), • Tason a :t on as may be neoessa4'/ f.:r the protection and preservation of the City S matey ia,s and property: Cayce, a'; cancelable orders for materials and equipment: Assign to the City a- _:e'ivor to the site. or any, other location specified by the Project klala'ger a „ orders for ma`.en3'3 and ed a ::Hiatt that. Can not otherw.lse be used ex:ett crk ur :er the Contract ar : ra, teen sp f ca!ly fabrlcate,d for the sole purpose cf irk and not incorporated in the W'r'criN. r'r 3tjrer Cr e+c 3 • t ,, r =.3ral Rmit �r3C,or Prniect lea 3„t7 City of Ni,aml, Florida Contract No. 15-15-030 ' Ta( no action that shall increase the amounts payaoie by the City under the Contract Documents; and Take reascra`cie measures to mitigate. the City's Ilaoility under the Contract Documents, ' Al! charts, sketches stud es, drawings, reports and crn:er documents including electronic dcourinents, relater' to V'iork authorized under the Cap ra t• ‘whetiher flnis;ned or not. must de o''lertc the City Failure to timely deliver the documentation sna' be cause to withhold a-v p_.re �c�rs�by Desgn-EL,I-Firm unF.i a!r .ocur"?r:aFiord lI'/e,ed to the City. lh the e rent that the C t'y Manager exercises its right to terminate the Contract pursuant to the Contract D: ..-rents the City 'A/ill pay the Design -Build Firm • 1= r 4f�/ 11 ,,C^ : _ � '�r' arccord=rce ilk/itn the Contra :t. prior to the of e:t 1e CI3. " of terminatlon at the contract pr'oe far such 1/`r ork: • cic tits a 'r'llt^ ten h -cent at'i _ ., S `"Hie tit.; r, 3t;cn by to City `_-octi're date of n:, ror ^ ng l./Vor'k that is . rcc,^t .:cam a: s cn ale. and ' Fh.i 3 e <censes, 'r'. _ v C 1 _ , t 'r '. , :a: Cn Jf. C :a-:, inou-red Iri I-_ „ . ,_.rg the Project. • To the s=.t. t pre ;a the fair and reasonad e s-i be Lases cn the price established as a result of theC:'::. J"' r-a event. shall any da .a under this Pa'ag-abh exceed the rra c mum ocst set in the Corntraot. The aThu". �'J� �'�-e, w� nay be o_�s c: y�,�. a�i paymers rniado the Des'" r-a,, F rm. �• c, r e s,a�t t� .,.,3 A.-t de shall he a -_ , tad bey the D .sigh-Bu,I'd F rm n full satis sa' ar' ,Y3 as _ ns. the C'y rg t e. iumner tine City may a;a a" s "'s due and pay3: _, t' sArrticleanyca,'sit; may hate _ ' st Des F rrn. Fri tD 1.l_7 ,'J'� .:s C. ierF'Cad or co-'sec;',aeDt,a rdamaD s as irof a + er at: ri for Can'fenienoe_ A,.:ayments rn die under the Contract are s.,hject to and LJbtiini -rvre City. s ;ayn _ in full rreamounts due the Design -Build Firm under t"ls Artiaf? the De_ y d Fir"„' _-its the City fall use of the ;, ;ilk and any'Vork Product to complete the Pr ,-act a nd s u_ i b r y the Project. C'`riihe ,hl of D g -B_, i Fi s 'Mork product shall P.335 to the City subject to the f•orlowirrg, kr- 'ta.',C'r.s: City arid agrees that. f'J Design -Build Firm's work product Is not to be suitable for use on the Project unless competed and sgned by Dee va;ld Fir Firm's 'work prodaat !s intended for use Cr re„se by the C r; cr ct _--s 3 _ �.,ans to t"e Project or any.. other project; Oil) any such use. _,. Deg-,Firm's work product liability orie'ga exposure to Design -Build Finns. 85. Resolution of Disputes Design -Build Firm understands and agrees that all dsputes between it and the City based upon an alleged violation of the terms of this Contra ;t by the City shall be submitted for resolution in the following manner, The initial step shall he for the Design -Build Firm to notify the Project Manager In writing of the clam or dispute and st:bruit 3 copy to the City of klriami personnel ident.fied in Article 1, Notices. 52 Vk\3yr'er Cr3,?K S3tf LIc Canal Restcr]t cr Pr71ect R2..r 317 17 City of Miami, Florida Contract No 15-16-030 Slbo�.lc the Design -Build Firm and the Project Manager fall to resoi re the dispute the Design -Build F rm shall submit tneir dispute in writing with all supporting documentation, to the Assistant Di-eotcr-Contra its, as identified in Article 4 Notices. Upcn receipt of said notification the A s scant Director -Contracts shall reiiie,v tno issues relative to the claim or dispute and Issue a w tiers. finding. the Do gn-B'aiid Firm and the Assistant D+recto'-Contracts fall to resolve the dispute, the Des ''^ BU,'d F'rrn shall s'bor-it their d sp'1te in `,4-itn w''t.l rn ridie (5) Days to tne -o.:FFa:lure tc sucrit s_1oh appeal of the ',written finding sha'I consttuto acceptance of the f:ndng by the Design -Build Firm. Upon rece;pt of said notf;catior the Director shall review the issues re.lati'ye to tine clam or dispute and Issue a written finding Des.g-,-B,:'d Firm m_,st any further appeal in 'writing woth,- t';e (5) Days to the City iYa.-3:- Fa to s�On _ 3'_,_ _oea of the written finding sha'1 Cons: ..-,t_> acce: ance of the r `'a .-g j Dvs J Bu' Fr Appeal to the City (k.la-ager for his,'he" roe:''_lt!Cn. is r _1',irea Dys.gn-B_J'd F r"-' pe1r e ',e'er t'o seet j'1d,oia ire' ef in connection Merv',',' - Shhc.,: _i �.,-...� ..� _OCe-cSa:i0'r �"� ,emu. y�- {.o=rJ _�.IJ,r'�Itrio C:tj I`,lanager s d _ t n Ce a4 }Cfe:l Commis' n. snail not be 7 i l' '1'aai i ;s Iu ass. • is has r s- rece'ied City 1Ma^a-ers written decision, anproi'ed by the City Comm.ss on if • A per.cd c` s `± n�-i days 'nos expired aty- s_,n tt'ng to the City Manager a detailed stater` tine d tit,t0 a' s'__::'ti too entol: o, cr a pe"r d of ninety _':' oaJs i as ekr: _ "o City 1\d1anjr'-s de=;s 7n is s,t,ectto City Coission for a pp'ava', or • .'-y i na5 ','i'a .ems 0:1t : >o with tne procebare _-t n l i tr „3 Ailc:e by written. instru ,si s d by t.'',e City Ma'a fjer. the i ie .r e de._ -} _.ic te _ _ �. „to- aY - k a o _ 1,14) ❑3 js 0 1 . Tine r ct.ces _a t" J basis oft = n-_istPe, a_:o _c, by a s _= . = 3:37,J ._ CC^ a.... a. is t'.e e .tire a� t `_ "rig pa t ha.t5 r 3: _ ti_ it is ...:mod tc a rest:': c `.._ a ._ 7`._ t'f Days after Final Go - n ,`Fork, the pa .os 3t 3 p3' -- _r,'e I,n r"'o t._titt t2. aid-ess ai' objeotGons to a"'j a' : ate _ ,d - i _ o. _ The r'=d at r sn_," u; ttn. tine poo _s 3 :. a _ ..: be res'c r : �'. at.en the, ca ss a I tne'r richts a , crci State, le, , can./ ioPiecting to a dete�minat on spe-, ;ifica '1 waves or ,'r ng `srights and rerredfrs under State la,v, if said party: fa 'a t.: y in a:cordance tn_ r=c _. .rits of this Article. The for -;-Ding prao?._, consists o' an asm ..-. _ ., ie remedy the: rA,:: o en -cloyed in the event of a dispute. Not,',ithsa- _, '-g any tithe- pro,:i.lcn to the contrary in this Contact, Design -Build Firm shall not be liable ',',"ether based on contract, tort, negligence. strict liability. warranty, indemnity error and orn:s cn or any other cause Whatsoever, for any consequential, special. punitive or exempla-1/ 'e-hagues, or donnages arising from or in correction with loss of utility service. loss of use, lass of revenue or profit (actual or anticipated). loss by reason of shutdown or non -operation. and City hereby releases Design -Build from any such liability. 63 1h3grer Creek Restjr3r:or 1D,-c!ec't 3 17 17 City of Miami, Florida Contract No 15-16-030 86. Mediation -Waiver of Jury Trial l an a< t:, engage in a _ T_ _ ..v rw _ _ � oh. nit arse during the course . 3 C' � _ _ 1 3 .. _, t e s v e.. i, e : - s a ice ith-- ^. r - '' _ _ Ir :.3`,10 lit'.ga`,bn. unless otinieniise 3 '_„ ih by the paiin.ies. A o -_. es ator. irbr the parties find mutJali'y acce_ta: conduct a'j ation t-'rboe. ' Il',1 a"'i-Dad.. C anty State of Flcr_la The , : .,es ;', snare the. 723'3 7Fa ce :ed 3 51 50 basis Tne Des.gn-Build Firm agrees to. include s..ich similar contract prov's ohs ,'r Sub -Des gn-B._. Hl Firms retained fjr the li,Vor'{, thereby pro,':: n.g f r non- bir'% 'y-:'-a:.'cr'n 33 the. r/;737/ mechanism for dispu'.e resiolut;on. 3, ^ 3 e __ _ <v = 1.".- of any tn., pa" es t," ..Ir rich` to t: r e per— ss _".'3 3 in ar'y 3c`.iflr' a"is' tT 5 Contract. 87. City ltseif of All Remedies T the C •J may a a i 'S( hehe st.ie: r oa Eir ; ,an L: it n :^`r r'r e<.7t'"'g 3_ 'a I.^ _.:aty 3 -O Wa>- 3re -i 'Ice in 3 to c ,ery other .y. 33 s: cai,t 'g le ? Las s �CS-3,i <e-v,ss'-', i`or., t.y"�e a."^: as often a is J:. �� ^" a :7 �"'� r _ .: �' _ sr�-'ed <ped ._ _ � City. The f ..,. _ _ ror :��e begir ' n of the y e � v se, of or_ -'-`; 3 r,t to deemed 3 O tre r; . to _,c _ at the sane t;rne or the:re:after. a -I .... _ re _ ",, Tne Cit., 3 - a es as se_ f rig i I- the Ccn:; aot Dc . fits 3 rote :Ls ,3 ,3 _ 3`3 in s_".:. to b-a- rights a"',. r h'ea s .n f3;, Cr in • sty. 83 Permits. Licenses and Impact Fees A ars - _ _ ? c : fees and 3>;__.,ar.ed _ _,^C r _• cse asses ss: b yr c C':,. a t7e .y v Dee u Firm This: _ : ;as a 3 s t tees hop d recta ,y r= 3: t: t,e _ Project. e, t5 . icensea. art.' u s'J_ as e`, isfoir u'_,rnnosters job tra ma, Cie te. M.a -Dade County. t;'.3 Sate o' Fof da. cr other governmental EXc , : as ,J`, ti, rbisa pre,'dsd b'r'thn tra Contract ❑OCLirnen_s 3 ce „its and licenses re.1J'^rev by f s a1 r'a f'es an: r .1a`: r'_ 1 t,-a prose 'ut^on cif the Itr i Des, -B�-,I j Er^' ^iJr.s_i3"'� to .. 3 Ci'c :. _.,,_, .'ei`j s7a 1 tv >eLlarel 3,.. ea, -1 For oy Des - a Fr^'. It la Day B I,. Fir„ s ors J. .y to nai,e and ma _n _ 5 ti c`..__c.=n:y va'.ld for he per:r"`,'er+ 3 'd V73 "-i _n to by performed fcr a:i persons i,iiork,nd C'rn the Project; si for ,°,hc a Cs-., ate of Competency is required. Fees for E_:--.' is REQUIRED BY THE CITY AND PAYABLE TO THE CITY Ee s on as Master Per -nit. r,I.ajorTrades. Me_73n;031, E'e_ . a! and Plumpiing Fees P4^„ c Viiititiis Fees. such as Line and Grade, Excavation. Deihatering and NPDES Fees. and Z:n.'g Der antis Fees) by virtue of this construction as part of he Contract shall be reln.''turseH to . s D - i,o Firm by the City through an A,'o'bance Account set for herein. ei, f de led by an In , _ _ _ or other acceptable documenta:.on issued by the public entity Perm. . Fees reimbursement to Design -build Firm, shall be for he actual amount ande �ount in no event shai ,-uiu^u'e profit or overhead of Design -Build Firm, and or markup. Permit fees related the Design -Build Firm's operations (e^'g permits for durnpsfers. job trailers etc.) are not reimbursable. h.4 agrer Pniect Vie, 3 17 17 City of Miam, Florid Contract No. 1'-13-030 89 Compliance with Applicable Laws. Ethics and Public Records Laws The Design-BJlld Firm shall cornpiy +Nth all applicable IaW',s, reg,;latlons. building and construct n codes of the Federal government. the State of Florida. the County, and the City. The attention of the Design -Build Firm is directed to the re 're . _ :s _ the Florida Building Code and the Codes of P,liaml-Dade County and the City of kl 2.rr-.. 1 _ - , -mr,ing the qua'if:cations f:r Design-B_,'Id Firm a-d S•Jb-Des(ggn-Build Firm doing business any',',nere, In the City. The Des _ B_;i'd Fir -' sra1I comp, 'r,itn all Ethics CodesStatutes.,nd rd r a he e comply o.. � a Ord anc soft Ste'., Fiords County- and the City of Ma,nni. The D.s -F'_ '7.1 F. i slna;l corrpl.y',vti ▪ Act. Cnapte. 119. Florida St '.._, I -,n Find Statute _ _ Florida t 1 9 1=i L n S-a`�1tes. as acclicab e wh .. p-. i de Des -B .,I:d F.r71 shall add,t'ona'ly ▪ 1 19.C701. F'a da S _. _ . ta: on i ; i keep and rra ntain put' =: and ccessa ' ; I J be red. -re_: c, the City to perform this service; 2, rr :e r^ ?:cess t' _ - _ -d3 on the s e to-ms and cond Lions as the City � � : aS;d,! _ - _ __ .. ., r �� v - - � �� o:' as Ot`'�C"''',IJ� pr'3�i't�ed by la,+l, (3 Y t,ha _:3 re:ord ..Ta_ r'_ _ :Jr-i 'enit.- and e{„—ti`_ i"ter` d:solos,ara are not s, as a...ther:ad c/ a:, IT r a'' re; :s for r e-a n:rig public records and t:`a 13'e „ at i". cos-, to the C • :j �� , reotiorus in its upon te-monation of this Agreement and destroy any C-_iblicate.pub records that are e<em Or confidential and exempt f"Jrn Cs Jra re '-I:r�ments 5 All e1asn!h.= l stored : bl . ry ' r _;st prc'f'ds,d to 1 LI ie City in a fe--r"at cc scat t.'e r'i _.: the City's I,. sr at en test nology systems 90, Indeper.r_l nt Design -Build Firm Thn- j^ ,- _.� :] ind_. ^.d✓nt 1 �s' -__ :F "'r l� an � ^?' C'.:s. �ss a^-i �-. es to per;_- as a^J` 17 a-soria-'c.e'r,1t^ s fir_:S 5' In-Ie. .. ( r F r71, F ' co.,enan.s and a �°�s t' st the Des ; ,+S/,��� co st J tLs .ess a a crns:ste ,y _n tnat t, V B cla t_ ce C- _-lel.djsa of C for any f'y"h. C.r r - tJ _, _ 3M.r'Cfe of the C tj. i."_ 2d.ny u,'Jt not limited tc ',' +.er 3 co`rbe CO,erage: L _p •" . t insi_.rance benef;ts; sscia' sec �rity coverage, re. -ement membership,. or cred.t_ The Des on-Ba :d Frm s :a` snail not c_ employees or to e City. an. ` :-s_ _;' S_, i stone c s a - resit; for the r .-s d':ect.ion ther, _ s _: t „or pe s.s:, s' ::O7e(s of any k'nc. is g t Con:' sna1 impose any I,ab,' t, on the City on aooc nt of the ❑es B_, _: s asts. crriss cns• I+3,..1lltles or c s.:crls of e r s s t� os., .� any p �:an, firm. compen,/ s_ e :y association., corporal on. or organizs,c „ oared by the Design -Build Piny as a Sub Des ggn-B d Firm SJtnonsJltan`,s, expert, cons'.i:.s-'. intev-ndent Design -Build Firms, spec' et, t'a e , n :. j _e ser'vsnt or a,; -ant or for- tares or an but not iimita'd to L'n�-`7pIcj^':sn. In5_:'3 tee. .,corker's con"pensat'on and an.:-a:Hon. or ‘;+,crkci3,:e legis'atcr of a.-ny kind. The Design -Build Firm hereby agrees to ineierninif j and hold ha -•~,':ass the City aga.nst any such liabtii.:es. even if they arise from actions directed or taken by the CI` 91. Third Party Beneficiaries Neither Firm nor City intends to directly or substantia' / tenef.t a third party : Contract. There ore. the parties agree that there are no third pa-',, _ _ _ .5ries to this Cc and tha'panty sna.l be entitied to assert a claim against e . e( of them based upon `-is Contract. Tne pia pies eppressly ackno}'aledge that it is not their intent to create any rig7:s Or obligations in any third person or entity under this Contract. 65 !+i?Gref R?st?rstinr PrD1?ct F?�,, 3 17 City of Miami, Florida Contract No 15-13-030 92. Successors and Assigns The bierccr",iDn, t``Is r Ot be transferred pledged. sc:c egated or assigned i-t .ne �" jam. � : .� F 77 VrIthCut the .r4f.Itten :Anse City. It is understood the st],.-A or partnership shares of the De5'gr-BJiid Firm, a merger r say _ ass grrrant t,;r the benefit of creditors sha l ttni Le teemed transactions that v _ an ass ,nr:,e^t or sale hereunder requiring prior City approval. trans` e ,),.,^nowt City accr;/a! sha,i be ca. se for the at/ to ru'I,fj this Ccrt-a:t. Any p..53:.^;^ment °;,'- o'at the G`y/s consent. shall be null and void. The Desgn-,J_rlicl Fire; sha l nave cam_e:13gar. The City may rec. re bonding. other security, certified s'a'.., :s and tax returns from any proposed assignee and ,:he execution of an ass -mint •as3 _cn weer en Inn a form sat,s{adtbry to the City AttorTiey as a Conuii:On precedent to cons J rr,hg approval of an assignment, The Us_ Fir . and the City ea:h brinds one sm;;t-er th 'r C s s,.,' ce33Ors. iega! �G reares: u_.,es a,i a ;tnor eit assigns to the tithe' Ca' i oF ti' s Ccr't. -_ and t t' .. pa Hers re.. ese.' 31: 4es and ass'gns Of S'J h '3`7j 'f res:....t tJ ail .'O'i nennts of this Contract. 93. 141atria!ity and Waiver of Breach Des Fir ag-ea t,na` ea_n require sent. duty. and edF'gat'on set .aCs:a1' ai and important to trie for —atior, D::L;rnents and, tthalar_; ti term hereof. 0,_ys7 . ? t e ..s air prs r 3-0n 0" the C"S7t:3 st Do:..,"-.e•-:s s"a . not :sue wa ^r sr of _ Jr1 _ the Cchtra_t Documents. A , er Dr a -I bream of a prois on _�" r -e C•V'_°�_ �_-.^ _ � J"'a ! not be 'lee.r" _„.4 4'13.,i c a1 - n :a_b rct be c.: ns:r_..,u __ _ _ a r' , oa.,^o or to^? tar;^cs cf tna Contract Doc_, s 94. Severability In the ere , that.a^'J prci,is4'n cr tine Contract D':._.-its is dote= ty a C1 COI: ,netlnt. j°_;ris�1 _ton t.o b ,:legal ar u,nenfarceab'e then such un .nforceabe cr �.r._. pre ,'s;cn shall be earns ; f'v to s Contract. ant'. the reina -der of t. s Contraoc. Dcc ▪ is c - r: t:nue. in f:.f_e Nict. r. nstand ng the tio'e);oin'g t,.s t edam...•_ rrateria f and, alre+5=ij e'ect the rights cf e.tner ps i �_, rare, ma e = r,-... id to rate t Cc,, a in its ,:nett,. A., a'r_rL.or, tine Cr tnis pro.,is-ns'^a.ibarrseven (7)Daysa.ertnetndngc'ytine coL,.:r 95, Applicable Law and Venue of Litigation; Attorney's Fees This Corti -act sha'l enCricabie In 1\,1.^am,-Date Ccu -and c legal action is necessary by eitner party Us^_'f respect to tre enforcement of an, or a or conditions herein ex;l_:s 'e \,-anue far tine enforoernent of same shall He in Miami -Dade Co :^j Florida. Each party shall bear their own respective attorney's fees, The court may await the prevailing party court costs. 96. Amendments No modification, amendment, or alteration in the terms or ccTdit:ons contained he-e:n sha'I be effeoti'ie unless contained in a written document prepared ^,5. tie same or similar formailty as this Contract and executed by the City Manager, Director or designee �`r agner Cre.K s31 oiC Caul Rstc;rjtinn Prrleect Ran 3 17 f 7 City of P,fiami, Florida Contract No 15-15-030 97, Entire Contract The Contract Docur-ebe mended fr, t t.: t:r re.or a5 . ; n,�,, a e3 nt the nr,ra ar.d integrated Contra ot . tt.i,ee t . C,;1 and the s_:pe"s=de al prior ne'gotis'_,ors re, -__ `a. ,5,7-itten crora'. I - s C. 1�.Ira j not be arnended, changed. .. :_ fed, c-tn en,v'se terei In' any respect. at am - ar.the execution nareof, exuect by a yihtt.en do dL"'v t ,pith the same -, eo'ua! dignity hero',vitn. 1!'l+al'ier by ei_, er pa-1 . yawn of any pr3/'sion of the Con' 1:t (Documents shal not be dee—ei to be a rx,a /_ . ant ^•er ;racr of 3Ty pr,-,,! ''s.c^ of t 98. Nond:scrim nation, Equa! Employment Opportunity, and Americans with Disabilities Act Des Fir., s 'a r L'n r itrf� a r;,. ^,a`e aja'n5_ a"''! , _'sue , in its oper?- ons a"'id c.r in I`.3 �33 e r-e- «I_, of f� '`."" n ," I"" ,� a _� � _. .. � t,;IS Cc -sct. Dk5 R'1 ^Ir, l W a �F , y c+ a l a n . _r3}r D13.3J ..r_A:t to 3.00.Z3e. _ r _. a� 1 5-/':e3 _' -' ~ es I ah..r� li ne A'9- _ _ ~ nor'. e:r 3the.t- " _ T Dos _ ? cos r'_n-J s_ ?._ _ .A� etro ,' ant ay J'. 3' 312. Des:'y n'G the Hie-) s er'x'- es 't nd r the Contract Dooun le its Ste_, b made rw'v?� t'o or CChs.d e-a_,on of re:e, a;e ne,g'©('�. coior, gandersue:<''al oimentat ?' ;r'a r+, r a'I`a' 3:?`.as ph js oa' or r'e n`a.. ' d'sa='Htj. pC ,_, :a a ' at:on, or any. her _t_ d .il' usai 23 a Cal ] for oe de vet./ 99. Evaluation tnet :r th 3` - ,, _ Lin"_ t"e ! _nt - ,t ^� - •J J' _'t'r C :7-37 .3 a 3 3`I - - ...-33 3_e =-dt' by the- °3 City a, .:: C- 31 'C-7`.7r""e'ce a. s a•r ? 3D t. the Di_3.7E.a i i -. .,. The oenorrranoe ,.._ -ot in C,: '� . fi 5 1r,ti �r e'1s'. a'::n r>r f 'ure snoi.at:ons 100. Commodities Man'afa-turgid, Grown. or Produced in the City of Miami. Miar-Dade County and the State of Florida sea :_ a- __ ,r^crre,"a`es k� "- a' _ .. 'r' tn - ti _ !,,1 a \,i ^ Da: CoLinty 37d the 3t.1:a c r _ 3_ _r- - _ eA 3 at., _Ja rescent to t/. 33 �� :aJovi C't, of Cc., :1' •a i t _ �,.� n _"C3 _ g.,en. 101. Royalties and Patents Ail fees, -3 a Ty I`�', � �i �' t in',ent +cn3, or patent of any article. rna er'3L 3'-ice Cr t'.o' n' j be lr'sed rn any manner be con+nag ed '.r, •r the o_n3t-�t_to,n, of the'ilcr':s or a- -,rt nonces. are bee' : uded in the prices ces stipulated in the Contract for said Work, 102, Continuation of the Work Any Work that commences prnor to and extend teyond the e<p.. -a:.on date of the current contract per'cd shall, unless to -aced by n -' a ,, :en agree tet',+,een the City and the involved Des'y^`-Bj'd Firm centuntil co. ton a`, the same Ccr _. s ts'r"3 and conditions r`/3r rer Creek Se:, toi+, 23rdl Restjr3tE+�r PrG,F,�r Re, 3 17 P7 City of Miami. Florida Contract No. 15-1 o-030 103. Review of Records City shall ha ie the ri _;h.t to inspect and coo/. at Citys expense. the books and records and accounts of D? ,�, ' _. F:n' which relate in any way to the, Project 31. and to any cia.rn for additional coupe-3a` yr mare by Design -Build Firm, and to cord'uct an a.:d t of the financial and aacoun_In recc':�5� D n m h relate for da g ��� -c _ id Firm, �r1 Ich r at� to a Prop ,t st an'., to any claima ��rtior^a! come ensation ^'a r Des•, --Build Firm including but not lir' tad t. ail pajryll ra00r.5. invoices for materials a :s'oks of _:counts. Such records sna'l conform to Generally Acoeotev Aocou ng Pr !_ _ -.. tents ,-e, ),i.i tnosea ..oi nt in -, (G � qP and shall c i a-`�'-�s3 tra�'S s related to the Contract. Recur is subjedt t to a, .s ons of Puc,lc Record La,,, Florida Statutes Chapter 119 shall be kept in a^cor:a"ce Design-B•_rld Farm sha" retain and make a iailable t. City n 'cooks and re.or s and a:cc'unts. financial or ottnen,i,'se. 'hIh;ch relate to the Proj , s eno to any a period of five (51 ,eas fol',o','. nn Flna Completion o; the Prcjeot s . The Des ^� ti r~ ratrees t: m.a . ita an account ng s1s7o t,nat pro,.des for avcount.ng re :crofs that a-e succor -Ad v s-ifed ate documentation. and aden„,ate proced.ires for deterri!"in'n costs, Design-BW d , 73 s-'a", deielop the capper fern.^,: and r000rts atoo ta3- to the City for the ate1,.i7i]'�a0r and management c.f ;nag✓IyntrF t,o e C✓ntia:t Documents 104. No intrest FX- . as _ 'ij_:' 3 of the ja_ -. ta, T e "'.3 a Coco . . , ca..: Oy O'.i ., a =w to bo "]339n-E1'!• FIB unce the Cont.-act Doc_ ._, t=. to any 3-.7. a . cla mo for ca-no_ vs of any tjce. 3 la s`. be 3_, t t: interest ln:a'est tnep.'ov'3 .ns 2l8.7I,4) Fonda _'-_s as s.=his 3.e.s to the, payment of into-est. shall .a`:..' j to'ra ~ an-' prober In'Ecices. 105. Payments R-latad to Guaranteed Obligations The CItr may hn f-urn any pa1n is to h = ;,,aye such s_17.s as ma j reasonably be necessa- t: ensure completion of the =jam:. s 7.1 re], cr rrata',_,_nna/ �u vl _ The Ci j r''ay c= an amount is its cost incurred cn Its L'-_ er bhp. Contrast. The Project Mi .'o r Hereo shall give the no.,=e of the defective wi:hho:d ng or deduction. Upon the Project Pllanager•s determination that the Design -Build, Firm has fulfHied its obligations. the City wiI' pay the Design -Build Firm any monies paved, subject to Design -Build Firm's submission of, or compliance vrlith, any remaining documentation or obligation, as the case may be, in accordance with the Contract Documents M d hasis for the 10,3. Consent of City Required for Subletting or Assignment if the Design -Build Firm ass gns. transfers sublets or otnenv'se disposes of the Contract or its right. title or interest in or to the same or any part thereof , in whole or in part, witnout the previous consent in ',vitin:; of the City, such action shall be an Event of Default. Nothing herein shall either restrict the rght of the Design -Build Firm to assign monies due to, or to become due or be 6,3 /�r�ynar Cre9.k , i �.5tC;r3tsn P',ie:t Rev 3.1' 1' City of Miami. Florida Cont-act No 15-16-030 construed to hinder. pre,Rnt or affect any assignment by the Design -Build Firm for the benefit of Its creditor, made pursuant to applicable 107. Agreement Limiting Time in Which to Bring Action against the City In the e'.ient the Firm may be deemed to ha ie a cause of action against the City. no e:t.on Sr Sr "e maintained by the Design -Build Firm against the City upon any Glair~ arising Cf r Cicntract Documents by reason of any apt or cr"•ssi:r' or rectuirement of the C ./ r 7.5 a ntaction shall be commenced 'r+ii nin mont,'s of a` e the date. isa�anc_ �..rider th,e Cont-act, or If fine' payment e t has notbeen iss.�edw'thin s '< 3) rri n^L-s ` substa.._ ,p:et,on of the +i'a ork or upon any claim relat,rn; to monies required to be rota red. '_ any cericc a'ter the Issuance of the said certificate, unless such action Is c n e- priths after such monies 'become due and payable under the terms Contiraot Docurr 73_ cr If the Contract is terminated or decia-ed abandoned under the pre, icf the Con -3 .: a r s such action is CD ^,enc,3d ',v'thin S ;< j months after o { sa_ ruled^t s _ tarnri n3t.on ue o _a' on of abandonment by the. City 108 Defense of Claims S--_, , claim be e:e c any I a' action o,r uy�. In any way rela. ^g hereor to + ,< e n � , r, r eg o the i'lor' ine _ _ not ,". except ss express!' prr.piii.ded here n. tine Des,gn-Budd Flr Spa d 'igent,y render to the after ad greo.l and il C5 �' compensation y a�, upon, any a . a _,ss;s. rc.. which the City may r_, v of the Design -Boil. Firm 109. Contingency Clause r.j f:r �CJf 3.+ .. »20:7—_ . j--.-.t :on th.e. a :'5 / and continuo J e tn.. =a_ _ cY �r.J•��_ s., it es a"d tne Cont-act is s,.ibiect to aM_ -C. or to r at':,-1 due to la:x -,t-,- C + Cr f O.s anc _ a g- it :a!at,or s. 'u"'cr tn.nty i 3D, days notice 110. Mutual Obligations Tn's do:1n e t. orange o-:e , f fir c!r e. t:'ie. and wrltten Cf3rHoations issued under t e Contract and the De .-B_� F �, ' : S 5'_'hr",'`.3,5. shall CCtnot,t._e .fie Contra :I DCG!Jrnenta bet7de_ t�e parties respect - ret.i s.aperse es a'f pre,'c'us coo a n-:' f, cati'iions and ref`resentat'ens or ag-ee -_s r', _., %iii-itten or respect. tJ the s ib Wt matter heretj unless s:,noy,4e':ed in their aJt,no'r_-H recresentat.t es. Nothing in the Co-1:30.t so' be cone`_ .lid for the benefit, in:ended or othe h'se, of any third party t: l: ,s not a pa-. '.: ic a-, c' a party or other+4'3e reHated (by virtue of ownership control cr , ner5hlp r statutory control) to a pant) In those s _.et ons ,'. e-e the Ccnt:act Documents imposes an indemnity obligation on the Design- B C ••i -ay its e L _nse, elect to part. ;pate in the defense of the claim if the snci,iirit so choose e : re _ ,e y may, at its e <pense. defend or settle any such claim if the Design -EL:::_ facent! defend s_lo�thereafter -.. _ _ d _,- ,y h claim, and seek indemnity for such cost from the Desion-Bi id Firm. 111. Contract Extension The City reserves the right to exercise its option to extend the Contract for up to ninety (90) Days beyond the original Contract period. In such e ient, the City will notify the Design -Build Firm in writing of such extensions. 69 ,'13c r-, r+�r��K oat, riry �3r.31 J3'rr3r,nr P : 7:t 3, 31717 City of Miami, Fior.da Contract No 15-1 -O3C 112 Non -Exclusivity It is the intent of the Cr`, e,hte.r into a Contract i;,itn ail Design -Build Fir--,, t~a' n�e�s as described rtere n. hhe City res3^de- the r;ggnt. ssdeer-e: In its pest interest. to perform, or '.a'_:se t.: to peg : the '? ork and services, or any pirtirt..Cn t^erec'. hereir des.'r;ced In ah j ri-rahnier it sees _` . I„ _ � u but not Irrn ted tj. a,5,a,r1' e c ntr.a:ts use of a^y Dss',n-Bbi:d ,���^ .:� - _ the `r'r'3rk ;+,nth its o',),n empiloie's- 113 Nature of the Contract The Des '�'i�ld FI _. . tr s=`,i.ss ferth In the. Cor tra_t Dcoi_.-rents The Des TI- E, F • $73' pro,. _ �`_, _ _.- ., = rat,00,r CI`y Ina I aspa0ts cf t,ne perisri""' e c'. The Des gh-Bu,;tdi Fir av• a". the Ccht act Dc _, e^ts r , re the ✓rT c 1 a' r _essay `r 'ha ie -a' --_ a"': err _, s' �" t" ' s exor ssl eh." p_ t. :c 1. e_. a is the 2e� : Fir . 5-31 ,r• �? ; r� 3 u3 th; J j 3 5 s-,...` _3' r-e'�}-cned des 3� �.. 3 ' :1e `.?tau The Ces _. s f_ n ,s`7 a''atter, r.�. s s tom: s f'or the ec e- sn the C.:chit-act. s-al accom done' !n as :_.-0, t' e C�'}} t Contract L1�...��... .� .] ��d e"e 337 ��..�rl .., the /'� l�itl, �,~��.ICn If�lil' not��� 11 Contract Documents Contains all Terms T' na,r D= --' c-__ -a ?'I do L. e7ts incorporated rere.,n by re-e,rarae cort3T 3 a r' pi the pia -it es he. -etc, "j ns c :ter C-3' c.r rys. e;a-_' -g _ i, s_,_ac t^e CcDs;; "Its s a �'� ...v- �� ._ _ ( s. .� ._ 3-. JJ r`, .... _ .. _� •d e y ai" y sir the to ms ccn:s lel� hers 11.5 aoplicab'a Law and Venue of Litigation In M is and if leir"s -. e her rttJ 'i,' respect tp the -'t Cr anj'rr 3-. of t'- teimis cr cond :ohs herein Yitll_.ai/e ird e.h _Ie r� th.3 .. �.. . _ � s a I Le in, I1,I„a �I.'Ds�._ County, Fiorid3. 113. Survival Tre ths` a,J „ :. _ ccliga..ors ;r the Cc -.Tact Dopy- _- -sr e.re.Jf. L_ J - , u rn_ _ _ L t.`1 e Contrast, `,bh,:n C, na`sare ",bosld continue NJ,_,t iniat? s thereof, s"'a s.r',I'r? te, ration cahceilat.er', 2rsY'1irs:..3n theraof. 117. Joint Preparation P,eparat;or of this Contract r• as c n a joint effort o' t-e Citf and Design -Build Firm and the resulting document sha'l not. s•ei='i as a matter of judi ,a' construction, be construed more se'{e'e&J against one of t'r.e p es than any other. 113. Nondisclosure T� r-e extent a!tr,dged by law. Dsis Firm agrees nc to dii ilge, furnish or rnase a,a.1able to any third person, firm or orgy -'_a .on, without Director or designee's pr'.or written consent, or L. - ess incident to the proper pe '-r-parse of the Design-BLIild Firm's obligations hervander, or in course Of jsd•c;s' Cr proceedings where sucn information has been properly any rsr r' c - InIsermation concerning the services to be rendered by Design -Build 74 agrer City of Miami, Florida Contract No 15-15-030 Firm hereunder. and Design -Build Firm shall require all of its employees agents. Subconsultants and Sub Design-B_iild Firms to comply with the provisions of this paragraph. 119. Maintenance of Records: Public Records The Design-Ba!!d Firm 'r4 ll keep aieoaa:e records and s_.pporting d'ocumenta`;on 'r,hicb concern or reflect its Sccce Ser'v'ces hereunder. Records subject to the provisions of the Public Recorcls Law, Florida Statutes Cry,::er 119. s;ha'I be kept in accordance with the applicable statutes Ot;'3er,vse the re]:rt be retained by the Design -Build. Firms for e rninimur" cf .�rC 'fc j Inc da:., _ ter.; iret_,on of this Agreeme-r or the date the Project Is cco'p e':1 s !a`e,- The City c`' ra-y d.;ly 3 + or'-z1 agents or re rese�''a: yes of t^e City spa' '�3,_ :-.e rig„+ t� aid t. InS .ems, a =o� a �� records and docum�u n �1 `�"`� as of:e7 as they. necessa'y d ,ring the period of trio .": _et-hent and during the three (3) year period need,' ago e pro, d,d. hc,N,er such be conducted only during normal b' 1'ness rours u:on reasanat _. ranoe n..,: e Design -Build Firm snail not be re f ,r ` 'ng City to t e e.<tent its fee is res,ding in City radii ;vs as an c C:j S:1- a,: 'der direct City s'ucervision Des'g^-D.'i Firm j^a l e 7l0n3I I C=r-- f With. SE -= inn 1 19 0731, Forida Sta'.'utes, incl"ud•ng lira `a::3n. (1 ) a a :. :r -i n e 'a � r� s .,a ^a � and n., essarlyYror:ld be ram; re' by . Citj t- -Tn se-,,_e _ _ , .re F ". a.cess to public records c", t e san-e terms am r'_ . _ a� _e, City at _costCy Chapter 119, Flor;da cr c:-v . r."_, _ ,, ,_at It) r_ =t are exemp' or J a and e;‹= f-chr : _5_.. � _ net e<_e:: es _ `' 1a,4; (4) meet f3r' r�''a ,-, , rem., i:s and transfer at no :he C :j _. ,. _. records 1:3 : :31>;ss o^ c t,n:s A c 37d `:!eStm any' d, p':;at t- e.'?„ d Jtr`;r' 'd soics_re reit; re 'en a l -i ts: �, � 5j e ..c_ro s_v-ed re: 5 :7 tine Citj in a fer'•'at c imea:.3.i. with. the Ci /s te:nnc eg j systems Des gr-"E.:)_ 1 Firm ceerr.' • 3 to d SD,_):. any , t bl r,:r _ �� c:.ass p-c',is :^� required u `. Des 'i B. t ir, •D Sc a`. is OW71 expense and at no cost to the C':j. IF THE DESIGN -BUILD FIR,111 HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER. 119, FLORIDA STATUTES, TO THE DESIGN -BUILD FIRMS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 415-1330, Via email at �' ; _ = 1 or re '�lar email at City of Miami Office of the. City Attorney, 444 SW 2' Avenue, 9'" Floor, Miami, FL 33130. 120. Property Damage Adjudication Process: The Death -Build Firm she to the extent possible, prevent damage to public and private, p:- o asp.. _feted yiI:n the mi/ ork.. Except for damage that results from the Design -Build Firm dredge prism soe.oed in the CAP2, assuming that appropriate protective meas'.mmes e. o 1 aid the Design-Buii`Hem sr. ( be responsible for performing the repair or replacement of o. _,n and private property that has been damaged by the Design -Build Firm's equipment, ern._ .yeas cr agents. inciud -g aH associated costs. To establish a record of the condition of the p+i 1 c. and private prover:,, the Design -Build Firm shall perform Pre- and Post- Construction Pr^ _ ,y Sur',eys consistent,', th the Surveying Specification (Section 01 32 23) of the Design Criteria Package. ',gas included in the RFP. Accordingly, the Design -Build Firm 71 'r'r3grerCreek 1, - 1 Re, 3. 1' 17 City of Miamr. Flor da Contract No, 15--1J-030 understands and agrees that ail public and private roadways and property damage disputes shall be resolved in the following manner. a 1 The Design -Build Firm sn lall estaolish a dedicated orooer ty damage notification process as part of its Pubtic lnforrat.on Program tat specifies that t'e Design-8aiIdFirm is the first point of contact for all property damage clams. The City's. Project Manager sha,l be copied on al .crresc'ondence between the De-s-gn-gu'Id Firm and any property owner submittng a damage r,3„ b The Desig-8_.�,. Firm shill promptly in,astig.ate al claims and respond to the cia rrant three (3; busl.,ess days. 0) The Des g ga r Firm, sha l pron.~pt!y repair an j damage it determ nes to be its fa-:1.. at its sale expense, Des �� the D rn: fall to resolve a clam in'ici','ng undisputed prope:*y damage r, 3 ,, Days. the Chi r" : , L,_ - -' -hours notice. proceed to re!'a r. rebuild. or oti 'w'se e restore such cr cep i as r's, be deemed n:e sa`y and the City','deduct the cost thereof - J a i; :n., ss �' . _ ,', may c.econ:e the ❑es gn-S Jild Fir"' under the COIntra =`.. F:r ea:, ^a ,'r �, r v;, �` _��� _��I dam -age !s Idenit,'ad in the Pest Const _� Su -,el t.'e Des.;n-J'u Firm s a. 3.T.Dais determine if the damage ressjnao y at_ auie to d- __, . on:s-r'ast _ _.', ..es f-on' lts operations a,-d1 if s�: is _2Sa repo t- dannage set-10 ar',, 1__ v'a for reoars from, damage ,,,r,-nin 30 days, -Je :e E .,-e '. , - 5'_, s = . or of the c'`operiy o,,,her s agreement and repai Frs .._ fi I~ e'en: _ U ,c-.t;_t. s Cy the perty, .,,, e- t ❑esi�-I3Jild Firm slha'�not:rr t o ;�'s Pr,,=a �,la�age s( i,}a ic. . v h. ❑ En �ol C''y's n_ Ma -a_ , se"'+a as u-eso :ed pr^ ;j' dam age Via. .'ate s the 9es';'n-B .. Ii Fira., t - property L e a 3''ueVrot ei ae: F a, 1 ❑'_ a 7 3'5 _C'D pro-.ert damage ci.a s that the DeJ 'rJn_v_]':d F has .. yrl-n J j aic s s e . a n s J .J.- _i /•',.., ^_ ]' �?:e for the Design,- �1u oo Nrot, : �', ., pr�sepresenttor. - iide _ _ if +, t' i ? a t7,,e �� ,u u-,Cal process a_es hot sa: a:tor'iy resolve a o!a.,m as to o „ner and the Des.gr71-Build Finn. ..:e City ',',':, u"gege a Special Master frorm its ,ei Specie' P,'asters E : _ to resolve the clam. 1 . c-per to t,nemseives of this cJJ tr� :177:M3-_ and t Des,'g.n-BJld Firm both :`, a form s`a` i g tne y are the-. the , 'ooss is frla: and bind n; Tr-3 �� :e al of Master snail the :9 a,li a nt and the t❑esa -g s d Firh.l. The Sp _ cia,i M.-aster's s c's:'sL. , rho/s = 1.7.0,iiJad by Florida 77 1�'� ��r•..�r.;.,?,?.n :371I R- stor3licr Rril'_'ct �Jr 3 17 1-, City of Miami, Flom;.:' Go�:rt No 15-1,-030 SECTION 2 - SUPPLEMENTAL TERMS AND CONDITIONS 1 Scope of Work Des gr B��I: Firrh sbaH s ble s_at cl d Hens d des ro`ess c• ? b l Design-DuIc {~ �. or proci_irod frorT1 ` _ r•...:;essar'y design sehi'_ys 37,j other t"'e preoara:•cr of th? soe-'..';a_ ..-7 of e. s_P , ._ Das - "i'U..Y':-I Firrht- u- .. the ! r -2.rk y,:t:r _re D'ocLne __ h;_., _ v_ . �_. Dr'� e3 cr - care anj ie;3! or trastu? rs _ s '/ 3 a-y oes con:ra:t to, the Des '-'n-B :•� Fr-- 2. Contract Time. 4 LD.es•gr�-D'a Fi s f ^ .2CC-C ..__o t,•e. �:_.�_' :---eAf1Dr'S ��_, .. .. ' y _� •Irr' ten i rw r=sF rrr s e»_. Pr: '..nesj - - t'_;3f a' Des. -E_,' = na, three. hundred and forty-seven (34fl Days to Com J+� f _ .1 this date i is. to Froce91 is Issue, d re Des gn Dul;a Firm Sha,i babe an thirty (30) Days f:. F re. C_ . u of the Yiliorlk, 3. Proc ress Payments Des _ n.BJ'I� �•. n'3 , ip _ a A :s:.s s she. oe s. r t` 23 J a the Des g. _' r 5_' s Cjs 1 = F3 r �` :a '.' For t e r„ fra'e f� ` is less .; -, �� = t_ r %. or a \r'_I _,=s is ^ r='7J .^e lDes f'ir s a 5'a.. V.2 s:: 'e :at oh as J . -t: .,�.��r,. 5.�;1_., .^� sii'29. :s t. �� •��s -I ts. a- .., :'.3Le:4 p'+ j-ass a3 re:�r� _S T;- s i0 _ .a^" err a' cr 1lr-, - =e of tans c ::"sc : 0- the, fr is the s.a`_t;__t tr2 app � 3 j 37 st e ' ?`, s rei, `-= _ r]r Pai. . 5 .3 .r 5 3 -- ..va Ir Y 5. f5 Cj 7,. . y' Des n B . Firr .3 : :. the as: v�o _ s r;`r'u•e Pi -or -rot l32 ° �.7D 7J (`; 7:S._'.es i. Te ercert of a' r. rs ear ea by Design-F_ : _ -a red by City until Final sr r� A, _s :snce by the Cc An j ir. es` earned or _ `a . ns;e s:a'. _. _c, ue to the benef t of Cit s^ail be in 'r+irlt:ng in a Se ai-ato standalone document. City may f iic in pa,"`, payment to such exts't as r'.ay be necessary to protest itself from loss on account of: • Defecti ie Work not remedied • CI3,rS filer or reasonable e'v'dence Inc :a::ng probable f ''i.7 of cla rns by other parties against Design-Scld Firm or the Cft because of Design -Build Firm er40 ,ante, unless such y � U eSS claims are covered by Design -Build Firm's insurance. • Failure of Design -Build Firm to make payments properly to Sub Design -Build Firm, Subconsultant, or for material or labor. • Damage to another design -build f'rm not rerre'iied 73 3gnerCr?.ek Se,boici Via, 3.'' 1 City of Miami. Florida Contract No. 1-10-030 Liquidated damages accessed by the City. and Change Orders due the City for extended construction administration, Failure of Design-B,,ild Firm to provide- any and all documents required by the Contract Documents. The City will pay, and the Design -Build Firm shall accept as f'al' cornpe,nsation for the'v`1ork. the sums sJecified in the Design -Build Firm's subrnit:al to the Contract Documents, as accepted by the City If C,'; refuses to rake ,r.7e"+ of the fu, a-' i t re �� 'este'd by Design-B:ai"d Firm, City must gl'!e De - Bu': Firm, prom,-_-. v.-rten. rot,ce s` tre reasons for such action and promptly pay Deli'_;, - F;rm any - remair,i` j _ = e- deduction of t,ne amount withheld City shall prompl.ypay Des gr-B.i!d Fi.T_ the amount :nhe!d or any ad,ustment thereto agreed to when tna reason for such acton is ruin _. _ - i or `.T -er.rrise negated. Upon a wise;' _"t determ ration j ra.:t s:.„te, resolut _ . or sir - War process that the C _ 1ri`�. raid no �r i1�h, part. ,y to y 1 49j�";`1C, in a,•. ., _, .. ryas +'�_ ems_. _�. an"ount �rb'o,ny`'�,I� r4:t` ne : tea' in: .. .. _'scent `r+i':'' `ne F v .'da Prorr,o: Payment Act. ets'g"-__i -;rrr'a,. pa ifor materials 'Dr ^�ru•N and stored at the Projects) S,te si or another Idea -Lon '!`rh6:a a payicrent re1_.est Is ,nude for ma`e-a's eq..'prhent rot it the F tt tut dr ', and 7', ` y', j storedv ', ra a thes,te cr at some other r Ioda:ip:1 agreed upcn re-i'ng the re- :._ inc. -`a`;cn must ., submitted at the time of r a es: for pa,rme-t Pa jrr`e _ s a'I be _one' LIcc"e e' nn s_ibrn:s5•or by the Design -Build Firm w'r Pa s _es amt..'a' erec..`.e'o, F., Ur?-- J':•rei On_Pre- ses fnr"n to es"*ao131; the to s_,_ 3:e.s s cr ec,u,,.:r, _. Cr C`, er,'rIse o`r:. . +" r` ..r s `r:ersi. inol'. dlino app',cao e the name of C,:y and t,anscnj;ation to the s,:e. Des!zin-B_, F rota' s sole'iabdllty to repsstored ra'_ 'a S c 371 r damage Cr 1=,3s for arj reason. Rec .:gists fn... a'r nent t at do rot incl de the updated Pro; So eua e 'r'r'l' not '- payment. Liquidated Damages The Des it F.— is .op-gia` tt an: ya="a":ass to compete. tie Projectln tie time se: the Contract Dr' _.'� wr a��,r. anp' �'r - R` �r rr ., '? the, s73 a City liqudate_ .� rsJss as loi:e,,,s I t 7 Gam!?; �TC set 1:,Fth in t:he Co..r.an ❑ocun,en` G r .a /-+ De B 'r I•I y �, _ �..t � .,5 lfi �.+.:J,.�n:,.... Clir`i �_,sli L'^�ry D..3.�� ��i�., Firm shall pas to the C t;r earn and EV9ry Day of uno'<nt set de'a[ ct nne thousand dollars ! 31 0CJC.:IJ. sr Da j wkioh is :re --obi agreed upon not as a pena 'y as Iiq idatea damages. In the e lent of a d e a, r beyond the t r-e -ane set fort,' in the Contract Documents for Final Complex:on Des,gn-Build Firm shalt pay to the City for each and every Day of ure <cused delay the, = _.' A of five hundred dollars (S500.00) per Day, which is hereby agreed upon not as a pena • j cut as liquidated damages. The City shall notify the Design -Build Firm that it is incurring i iquida:ad damages. The es"`^- ._ Frm sh ' also be notified of any approved exceptions or extensions, The total amount or ; ., a'e'v damages shall not exceed ten percent (103/0 of the total Contract Value. The C tj she. na ;e the rIgnit to deduct liquidated damages assessments from any payment due cr r'rH .:n r of : a``e :,come due to the Design -Build Firm under any contract the Design - Build Firm has ,', _n :he City. In case the amount. which may become due hereunder, shall be less than the liquidated damages due to the City, the Design -Build Firm shall pay the 74 e r'k as a res.:It Processed for Cr?ek : 1 -.1 3 ' 7 ' 7 City of Miami, Florida Contract No 15-16-033 difference upon demand by the City. Should' the Design -Build Firm fail to compensate the City for any lid iodated damages. the City shall consider this as a form of indebtedness and may deny any future vNo:irk under the Contract or any other City contract until such Indebtedness is paid in full to the City 5. Schedule of Values The Des gn-©a,. Firm ;has`. SJbfrit three (3) c0pijes of a Schedule of Va'iues. `Nl : be s_ichnitted ten (1.0., Da s of the Issuance of the ii\iotice of Award. The Scheid... _ she'f id;mate a complete ;:re3 �-2'rti,r1 of labor and materal of a`! categories of��`r Des --=_I,ld Firn s 0 and profit Should be as separate line it E_. _ all be ide �, d ,e o th rn :c u are tit' f e �3,�f s� ct;cn section cr ma;cc:hit-sine � of The Prole:t Mai'ager or Consultant may req ji-„ farther breakdown after re , A is- the Des.g--E. i'; Firm's sale+-httal. The City riser i s t-e rim t: require such, information from the Flrm as rna1 oe n ,ossary to d..:er..,,h: tr e accuracy of tns Schedule of Values The ictinto t:ta' meibli,zation under the S:reCules cf Values shall not exceed five ) _ t e'. . Contract. T-e=roi_d �_�� sly ''�_. L.J's sha': -dated ti ro n the sabrntthe ty' _ o u- � _ta+ of Ci s b_, _ F r` Fat., c2: Apn ca:,c^ Form. 6. Project Schedules Design-3,_,.'d Firm sn _ _ a prc :ou1_ d d�sirg� :. d Prci� t seh d_le, ,A'tn any subsohed'les of rela:ed s: t s5 that s esseht a to Its progress. ten t I9) viorVitg dais of th-e Notre of A„�; d -r r S: _ sh31 s s'uoeot t.; t:"e Pro, --act 1M,Ia nan4e- and Cons_, :a 't s re Per5r' to such, ..., „t, Y'-7 s3 d schedule the Desgh-B_iil'.a Firm w]:_ sa.2 as the. baseline schedule A,; �' J _" '�a' s,a p- _ "�_, Ir 1,I : so . `" _) _ ea Or ur553 :he. Phoire:t V3.73 7,e'`. the. tihni, si.,bm.ssich cif .2es Firm -she! +_. as `,'ram, as :C 5 _ �� e t = ,=`s ,',1 e",sie njectl and s '._. r:: ce s_.br-n __ed a coif r s: s ?' be capable ., e og Incorporated in :0 the Crty's base e sfriief_.`os. Makimuns s i0... s•:e shell be 24 x 33 inches The des -- ='dine shall be prepared In the fo-m cf a hod:or a' bar one": separwte horizontal bars for tie-;gi"' task. construction task in the cr .:e, ?` n 61J' .a' order Provide , :o :s e 3 c? e if ;beets from the sEJ"t of oonstn_ict.c'.. and ideht the t.r st'A,ork day of each martin Id s,t fy !13;inlgs cf any ma,or equioment installation r"' es:_ es Content of Sche _:les• shows, or indicate the following• 1. Cc, m ete seq'je n0 c' des.gn by activity reflecting the S consi_,I'aht 3 r es .nil:ble forthe s st. i',y 2. Cry ,_!e e seq' ence of construction _activity reflecting that the Des -gin -Build Firm or Sub Design -Build Firm is responsible fo es:h activity. 3. Daes for the beginning and coin-b: on of each ma;or element of design and construction in no more than a two -week incremental scale. ' Items of f5,ork that must be accomplished to achieve substantial completion. a. Ma;or disciplines or trades of work b. Filter downtime c. Time required for Design -Build Firm's submittals fabrication, and deliveries. d Time reqa'red by Design -Build Firm and the City to review all submittals 75 3c0er Cr-2eK 23ir R worth.:+' �?'r 3 f' 97 City of 1‘,1 arri, Fiorida Contract No 15-16-C30 e Time re u're.d by City to support any pre-cpera:.ona' and start-up test,ng f_ Time require for the relocation of utilities. if required. g. Ao -lines pe-formed by Design -Build Firm. Percentage of completion for each item as of the date the schedule was prepared C Dates for Des gn-guild Firms submittals. 7. Dates for any' reclined City -furnished materials or equipment. Dates accepted s..brnit`a 3 'i"'; Ga re•i d f':rr .,"'a C.ty In add t;on the Design-Bu..d FT7 Sba!Y pro'!'de ▪ A ilSt cf a;? i' and their antic eetvd dates o delivery to;sipmen,. materials' 1� 3n_, reflect actualvers,.-5 projected. and any re !'sv'd pro,aot,ons • 'A pro, : - : -_."?Ha" :as 5oerd down f:r a : r"..1r` of construct on_ 'iilentn`i updates :rdar5 33 Yde'I as ?,i s—s, S projeo and any rat. sed projections �3`e5 G' s: s: s snal; _ track2,das hedule and s - be a: a minis ;urn t-e.d ,+"'th a5'.F' bay a: �, 1.o to+g''`. j to the. sore; !.33 items i:st and the C. ar cash fc,v spa i d: v' An uoda:ed schedule. ags ns: the baseline. a'so ue sJbmA:ed ;n e<e_Lj` ,n of eac • 3 ,ge tiler that impao_s tne, Con;, J,.. DOOL,"" ^ts Tire for ccrnbletion, F3 t7 51 ��.r✓� _ - _ _ ' �= 5r4a i r33.,JI' 1^ F" _ _ -.ior, •�[^=fa n j 5:.."', ..v'a �•ail" = a::' :at.;on. -..:�... �:..._^t h n..a schedule s +b. 33 Cr tno D.a �'�1-i1'�. .. Firm ' she esta i 3.-. the _ _" e'is.re r' •bay 7. ?uu Deli v - ' 31' . :5r _ 7. -. .a_ a _•, f-,.� tr y! rg 7. Re!eas: of L`r• n5?Su'a Desi in -build Firm's Statemment of Satisfaction D S.g n-9J d Fir _ S_`S a `.-_.. t to a 'i'r vr!S. mate a 3 a': nt cc '••v..i' p yirr.nt. wh :. _a-^ora:e• In tne P,������ s v r to tn.,e Ci`y. u:o ` recap: of such payment vy the D s'gn-B.,iiri Firm, free ? ;`37,5. a M5 G` 3. UT:ran.es and thatro `/o k , materials or _ _ _ -t been _�u.,ed hitneD-3 -B I Firrr or bj a-1Y other e • 37 the to or mate-S'a a. 'a;'bnnent for tne 'ram"," fart 5 .. a"'' t� a., : �e"'a�. .�.'��,"A', ,�i" a, ��r 5r an • the ec 13 ro`a-,nett~ by the sa Gt e",` dosed : tne D•es r-;a_, ld F T Tr_ Des F rm s^a' beg nn ngg +t',itf the second request for pay^ c t. at:aoin a Partial P.,3,easa Des• -B_ -ti Pr.Statement of 5a`.5-acton for eaoh a �a I:r rs _ a 5itr~I _ such dooum.anta_:on may delay payments. The City n_a :s s_• = u ;:rot ▪ payments for4'rcrk per -form -ad by Sub Desgn-Buid Frm. and, or ,,--ere no re ease Gr I,an has been submitted. Tne Desgn-Build Firm shahs submit 'r, -,n tna `'nal payment regJest, for any Projects, where Sub Design -Build Firm, and,or ha re performed Ti'orlk, a Final Release of Lien/Sub Des''gn-E.ultd Firm. and Sub_. 'Stag cf Sat.sa'ot;on for each Sub Dos'gn-B,:i!d Firm, Subcons... tat marked as a F a H-e sJbrr'I'_ such d'ocumer`at.on will rest in delay in pa j"ne t or the Clij ', :t'„ - ng fro— _ne ` r = payment such funds as necessary to satisfy any Sub Des'ggn-Build Firm, any". or Suocon.s.„:,a7t ;a.ms. !';here the Deslg -J_. 'd ,m has submitted a Penformance'Fa� went :nil. the e i!d Firm 1"4.. � B D 3�g^-BJI may. ,n lien cf tne Release of Lien/Sub Des;gn-Build Firm and. or Subcorsultant Statement of Sarlsfactor, su`rrnit Consent of Surety to Requisition Payment. .J3r'3l Rrnlr?i=t l 1' 17 City of Miami, Florida Contract No 15-15-030 8. Progress Meetings The City snail conduct a pre -construction conference prior to the commencement of the Vlork. Desigr-Build Firm shall hold progress anri coordination mast:eggs as required by the Project iMana;er or Consultant, to provide for the timely completion of the Work_ Design -Build Firm shall arrange and conduct re.g_,I bi-„eel-' j job site Project status meetings `r'r." the Project Manage' and or Consultant. Des go-8._. . Firm shall use the job site meetings as a t"cC1 for tne pre -plan y" :f Wnnk and enforcing so, e t)ules and for establishing procedures. n escrslC°lit,es. and Ide . r .thorit'y for all pa,`:.es to charily iun:ersta-'d During these nneetings Design-B. s-_. -J_ fy the pa-ty or n-.;as respans;ble for following up on any delay items or :ns aid Design-Bui' 1 Firm shall note the act.on to be taken by or part es Des Fir 'n sha Ire ,'- -ending Item. including RF Is and Snop Dra y+ " y u. each S_Jbse' "_ rig un t'I r a•: -,'. _ y - _ ed. Design -Build Firm snail! attempt oit_.. f::n73H prey, : a" / `ot e 3 ;'r de = e pert kno'iirn to them for appropriate -en.._ an:', resolution. Do -3l: Firm. snail be =es: -ns tie for keeping minutes cf the no. and to all parties The Des g-n-BuI'd Fiirms u' a--a•-ge for the a',cice of i`s Sub Design-B•a, o Firms. 3 , oonsial`aants, and o- re ucr s 'r'r"en the Proje of Manager reci Jir3S their presence. The D>>,- -Buda Firm she a nta'n r-tInutes of the ritieetInd and d's`...ba'e copies of the minutes to I P 3 ..J71n a ten-ia- :a i 0e5 gn-Build Firm sha p _ an_ . s hbl_.`e. to Project Manager a t C:`r.s•.I:ar. =17 : ?te: tiro 'rbeakill lock-anead s:nnedule cf co uctb ayt. :as and Sudm teals. 9. R .c,u?.st for Information -a Des,g-' F nth sna F;_gu=st for l r'n?t on the Des • ^-B,'i'd Firm ,as that _ Cal` e_,T speorrioatioins dradiincs a hn.:eo- or ooh'iict. A:l requests ` ice s_ithit. --- _ r ? 173 :r that clear!! fe3 the ' 'a,ir' anO. or speoicication m _ se:_,_ 'i5'.ne`e cla.at.' _ In)e. n ita:.Jis be; 7, A. .. 7; RFJ, Desgn-B•_'ld ,cl de its re::re:ia—mehdation. for resolution. Tito,. _ g any City- she l respond in ri:ir.j 31, Project Site Facilities Des Firm s,"t,3' arren,e for a!I F Deli al sfa:'I,ties as r:,a j:e necessary to e;^,aole the P: _:`'.Manage or Cols_, tent to re.fo. t--'e dates and to acccmmadste iany rep--eseintati.res of the City idii:h tre City maj' choose nare present at the Projeot;st. Des gf-T-Bu'C Firm s, Sub -Design -Build Firms. suppliers. material persons s personnel shall not use the City restrooM7 that may be a !able at the Projects) site )hithout the prcr consent of the ma --a er of the fa:._ :.r Pr , . , Isla nageirirtirhere there Is no manager of a facility. The Des"gn- BFHr shall r: and mentaln at his o"r'n expense. in a sanitary condition. s..4ch a,, Jo,_-:• :cations for the use cf his employees as is necessary to comply in,ith the requirements nil_;o rChapter 46 of the Build.ng Code and re;ulatcits of the State of Florida Department of Nee'. and Penabilitat',e Services or Dade County He_. De^s-totent. The Design -Build Firm his _ ,ices. or his S.s Design -Build Firms or : .tc.insuitaints corrimit no public nuisance Or use' any facilities that Irai.e not been specifIca iy pro r'dod for us--3 the Design -Build Firm The Design -Build Firm s,ha"l furnish an adequate supply of drinking ihater f-or its employees and its Suboonsultants and Sub -Design -Build Firms' employees 77 rlacjrerCrime.k r - obi 3 City of P.I'ami, Flo. -ids Contract No. 15-15-030 Thera sna'I be adequate provisions nacre by the Design-Bi.,a Firm to ensure all disposable materials are properly disposed of and do not create a rL'sance to the City or the public. The kcal. n c' the temporary facilities shall e SIJ�act tc tr'e approval of the Project Manager or Gons' itaint- 11, Temporary Facilities, Utilities, and Construction Des it—, '.s reic,i,ireb t: _ i'ds ,i necessary t ._ Crary L.' s to the site sLichh. as a ctr bats 3', s . j s= 'i' . ,- -- 3 _ for ne',4 cons _. _.. on or a::..n73 to a fa:il,t.y. The Des''; --Bit.. r+m7 s" :he c_a'. .omp- -- The Design -Build P" s fla l a'so be rest - s _ _ for fur ,i'�g 3 �, -i` equir necessaryjfr the ns`.a .a._ ch and rria.ntehainice. 3 y temporary .t:lit;es The. Project Manager r"ay autnon: e the use c` e-< sing utilitas. S c decis on will be made at the sole d,s rat;on of the Pro;act 1~,lanage and tna City. Des '-�'1'eA Fir".. sinna =h. insta'i, and ma te.'oora j facii ties a• _ ,orStruct!on, a'.3"s __ ."1pLai:on of t"�+r' ,_rS � ��� =�3_ 3Id:Jr,� J„ ,,�resuctl/`' and o oa , _ s 3" d r Jrations and "'i ' -I f ^'anyfOr :i al` `s t1rlater'a s tr� pc'a j _, i' . _3 n a _c r''a,, orused. but n, .st tie a:equa_e ih capacity fo gibe required L 3?=re rhi_.'St c create i..-,sa-... o-ld tiors. and must r 7' ,'7ia=e re wire „ants c,r aboi cable codes standards. �e Ce d, - 'build F J t'o octa'n a!! re essary - - C i t �-:J � J� .� 7G r i-iirrd �v ' �,:e� � �� icr any P 71eC:',SJ site ftrii lies am '. t t,es De= g--Build Firm shall also be r.. s, ons _ tic +71fli such iacil, Ir. 2 ST.:1f..a-c'n,7rA.ing . _irc :,cn. Design -Build firm snail be respos-'s bie for p yrnent for a'i fees a-^! ch tges Fy t^e and use of ail temporary fNci ties and :..,lines. A 3_.C7 fa: a _ proper!? 7f e Da B :� _ . :5 � a i the the � / 3.-,..'J. ,r and the Design -Build FIr-i' 373r e5: i re. 'o,a and disposal Of S_.'a.: .,ems c `or t.7 F,ra' Accacta~ e. Teri -cc -an? fences-. if. t,r'n the course of the it is r4.esa?`;r to remove or disturb a, fenoihei the D_'.sl . F she:I. at his c',+,n e<pe,se, p:rr v; e a suitab'a tar';. _rary fence it-- n-- 3d permanent fence � � e'J L.^., the r is The Pr7,ect %lapager `r,lli be s7'e'y resocinsitie for :'re dee nat'iion of the necessity for pro a temporary fence and the type of te'' pora-y fence be used. �asncr—s _ for Teri, _:art Structures: In accepting t.' s Contract. the Des'idin-Bi';: Firm a SSUnTeS �_, v�:c 3 i�,r Ve sufficiency and safety of a!: tempora-y v. _, -_. a3 Gr'r4cr'.4; and J f=ira,1 da- -agdshicmay result frunthercr their Ir- rc„ _„,St. _c_:on, r"' _e,,a,�� or op era:,�n and 1,0i1 Ind , rill'y and Sa'/'.h harmless the City from all cla rs, suits or a.c_,ons and damages or cd'S'S o ei,e"y d -script:on arising by reason of failure to ccmpi'y `rti1'ni t,re above c'etsiichs. 12. Project Laboratory Testing Services The Dies B. i1d Firm shall prc',i,de and pay for all Project LacoratoryTesting Services to perform reg'wil`.ry ren,fuired testing quality assurance, and quality control testing The Design -build Firm is also responsible for all re -testing where the Work or materials fail a test. The City at its a: e discretion may conduct separate independent tasting for verification purposes In instances inhere the CIty's testing does not verify the testing provided by the Design -Build Firm the Design-Bu ld Firm shall arrange for re -testing of the 'i ork or replacement of theWork at its cost. Where the Des gn-Build Firm has re -testing performed the City's Project Mahager shall be n, t_lfied rn ad'Jance of such testing. Should such testing confirm the Cityis findings the Design- B' ild Firm shall replace c•r correct all Work necessary to ensure compliance with the Contract 73 'r'rdgrer Cr-]eis Res'irTfnr Prep-t �� 3 1' City of Miami. Florida Contratt,t No 15-1.5-030 Doour"erts In such instances a'l re -testing, re -work and el3 is 3'e tir-iie solo responsibility of the Des gn-Bui',d Firm. Any de'ays or costs to the Desigh-B .'i'i: or re-`l+fork that may res'�It s� a�f not form the'cas,3 for any claim by the Design!-B_, F " Der_ fin Build Firn7 shal be �ie for the costs associated with all tasting by the C,`'y 3 ir',:.r1k is found to not be w' r the Don. -act Documents- Costs for son retests she.] be deducted from, pence ^ ce3. 13, Security The ye ,°,7the 1s to be srmed may rot be a se..rs site a cublio mat ,ha,e access to the site The Des ,-;-_ . Firr' shall hate, ssie rescishrs,n, ity for the sa.'�--, C.f ail Dv _ i..-, 3 li°, Yriq I..h to _s. s ._.. . .. crV'ent. a' ,','jrIS, at the Pr:; site re City s'ali ,:=•r an).3 7L.ae or loss to s,-,_, `�r'.a'3. tsc s eq io ent and ti',ork and the Des y F Sha l be respo.ns vie for t-e rs,:-Ja:, or replacement of all 1il`iorK such materials, toms. ai .. -ent. 7 Construction SianE re;-. er:: ci t'e s r' ^=e-s thei Des gn-B"..+'i Fi" she s ghage. Tie City i•'a I -0 1 Des,;r-B_:i"O Firm the. 'a`icrdir'g arld taa :... for the signs at the pre_ cc~strt,t r c = Thy Des gn-B.,;d Firm sh,a i f, ^ shr the t,%,o 2) City signs at the • The first sign r"'..`J!" ram... ;b. - 1 F..-.. j^i 37d. :073t7I�':t=� Of t1`,c .21 m_-._ ,'i�� .,a1'� r'� �y a'a' ree, (`2 r-- 1al,l�.. a c m��'':�� t.' =ram 1 If ^ The 3.gr, sn? J ,, ^t?a c^ a four { 3 a ,'aoCri or rs.a.. • bin a^ :s`.s s _u ,', .t ? Cacie a- a/ le c, T e c:h3 rS � are 35 tali -,°a �. t^._ bs Ali-. �:l i., ,� she,: ...,e 15i^ . .. = 33 _ _1 'ae ie ter 7 � 1 - • The sevc ' 3 , �, _. rJ ,: 3 - 'a`_=� fDr t". Pre,'_. irri")r-r3!rn S,g^ s^_a c� f:_," 4, w._ ,i c, 2,3n { 31 lee- r,i t i three a r'ioi r ---r e.J -J tt.. �f rl j','i'�'_u 3�,'.3� y r"'a�a^:� a�,. ra3fe .r. ail?, Ie',ie. shall ce a .., ... a ',°1���-�. The cu��, jro_,"� 3,-31 .,e and a i e..E7g Snu I be blue Flelveti::a Ail r° 3""3b-ter enamel. Inc C'I the City Sea" In Caral f;;r'r. ' T Ds.3s^a a so ,CO3' 3 3.e ,.fir- 3:e s^3 3- t.r.E., rS S ._ S_fon 3 3 _. _a - 3 ei ?. - :u`Y'ia.1 ?,:: ie _ J traf o. a so be p S. d r°a3_.. s de ts. e^t L'�?t_ t� - �. �rl � re°��1r nEg irate sceec and a o' nir"'1_,Frl .. _ :±3 .e L•S IJ-',_ r'a' _ ? °!� ;S for tine signao °,°a. .Cr 373 ! cie s_.,:cieiot to aporo gal by the Consuita,nt. • Tre P,_tijeot Manage- and toc City shail appro e the is o s.:-ins for all signage. 15. Lines and Grades The Des g,^-Bui.d Firm shall. at Its o',4r1 expense estab:isn, a.' ,.forking and construction lines and grad-s as re- ire: for the Protect and shall 'c solely re c-sable for the accuracy thereof. 16. H28 Visa Report Tr.e Des,or- F:.. 3. s_�n' v��� ^a�^ = a.,--hcat cn a r2c,rt on the _c a. a r'V y o- . ._ .o!ees for e33h Sibco'.'3'_. a• D sicni-B� _, tha', S "P, ✓�.^ 3 L 23 ','=3 3 to provide this inf0rmat,on 'iv:hi the r3jr' nt r result in a Oe13,' rc.rocessinet tare cayrrent application. 79 ,`i 3,jrtir :reek - r.. . City of i~,1 a' - Florida Contract No. 15-16-030 17. Progress Photos Prier of the Ylork the Design-Bul'd r_al photographs to doc` of st cihiftions Design -Bird Firm sine„ suorr r _ E :: on CD -RCM and print ., a firs: payment aioioih,oat cr. Design -Build F.r--.7 sh,Fi digital ,bihroi7.ogr3ohs the progress, Ino , _ . y final completion, of the Work a _ she I s_,:n- .tea on CD-ROM and printed copy 'rr,tn each application for payment. All pic'_i es rhos` and time stamped. Pr-Into:el onoto r st be on 8 )X10 high rasoiut;on g'ossy s"rg;,= v,'nt color print patter 13. Hazardous Material Nothing t-,s Contra:: sra' be construed or int.erore:ed as r: _Ir ng Design-Biild Firm to asS S:3tUs - andthe C:t'j a;'<ncw'adges that D sig. n-B . Firm does not apt In the capaoltj r'ir a3sjn e. the stats of. the City or others as a -generator.- ..operator transporter, or a -rahrjeri. in t^_ stare;a, t300531, or t'ahs:crta`_,. an,/ hozatous substance or 1�33`.r as thoseter-3 a-e L.nde—s-_od ihithih the rne3n OF Peso 'ce Conser,aticn and Ro::3 �e_j "._. '.",C ":,`%) Er J'.":nr"'e 't3Resoc se D3•.!�n and Liability Act (CER-,Li.A. loom l.a,, rag_„ '. cr.inance. The City _. Des, E_,':1 F;rl,. has pia jed no oa"_ in no responsibility for er W c'r e az JI. s� - ric C.. a::_�`; cr a_i.��^ of a�-�� r. Wa� �_,s �rla�_ po ��...��^ cone ` .,1 ru�sa-�c�. or che, a; or int.:st-a' d so_s,, pro'o'i._h; if any, if 1. ,\, as -e3 tJ in a (is_e.- __ or or to the o: n encement of the '!`fork. DI pos3, Ma`vriai T; C:y' j s;n a r ce.ssa-y manifestsfor the of` -se -t tra`l'= = r . _, o' ste;i•s o The ni - 3I Cpe'?_s'. brokarns) and ad'µ: tts o _.-j .. Icoat,0n1 o- 13. 'y tire" a., o2_1`10 s as_e or r-a'er s (re ,S ...e 'persons amp r✓\jed :'r _,t lbJ Des r,'n._Bjr''d F;rm In t7e, penf:. "'•a ioe .. Deis Seriiioesfor the Wa _ Cree` 'SSef::c'O Cana Restore c_'n Fr ;eot R=? t'Lmce 1 5-1 =-C331 30 3;rer ^r�>K j r4�lr �ar3i Res rit.cn Pr;}T'ct 3 17 1 City of Miami, Florida Contract Na 15-10-030 SECTION 3 — DESIGN SERVICES 1. Design Responsibility AI! Profess oraServices shall be , rov!' d by f.r., s licensed to pe-form such =_=_f, accordance. h•t., all applicable F,or da and the requirements of the Sate of Fi' De:a-.n,Ler.t of Professional Re'g_ lat:on. D•e g--Build+ firm shall be s,: —' j re_c ons .,'e for a asae'cts of tre design of this Project ar,: EAa`I also be respons.c'e for S,C.:2'-',H:CP anO rranagernent the f'rr s) providing Professonal Services under Contra:. conta,red in this sr'a'I create any contraanal or business re .s,s a bet'lvee City and the Ccr3'_i!:a _, T--e Design-S,Jild Firm aoknov,vledges that Subco-sJita-ts are err y -ter its dlreation, cont.rol, .. , _-',ision. retention, and,or discharge. 2. Subconsultants A,' ser'»oe.a pro,'do: of the S'_JP2onsultants shall be perrormes` pursuant to appropriatevi'itten ag` e-n n:s between re Des gr-Blind F,, and Iis Subcons,:ltant.s, 'which shall contain p:ro,,`s _ i3 `., a`_ :see and Jf..v-. the r:gn,r--] the City unde''t's Cor'_ ao. No` ping conta'n d in this Cc .`a,. sna., a,ate- a-i csntractua Ci bus, es3 the City and t-e J..,bnons it:_.. `.s T . Des _ -G_, d F r , as��:��r','�_ ea t`'a` S,_bcCrs�+''s is are entirely under Its direction. cc _ _ s_.pervisic., reterition, an_.. d s2nnsrye. The Design -Build Firm shal net adi. m:d.fy cr c nn e airy listed in D Build Firm pc without t t,ritten �� "s Pro., s� ��ri�nou_ pear , ac rc,a de- at` -sue i' �'�� � , ir; rw.a Cris ,J a written request t;;? Design-BL :J. t-i`i, tang he ream r a^ ;Hill ed bs t s�_a_, y t hereon ." ! ,;o��,_ s'u��_i�'.ltuon 3. Ownership of Documents A.1 s:aof':a-'Cn,s a s. ��r �'. v frisi. : -:, re:'nTS Cr w •-J '�' . C' J _.. ?.7 as a data c'o' ected. and one,'73 -J _, _ nr nnic dig ,a co .as •0'0•'l1 maoie ter hire and 3 = to t'an3 ',`,herein t`'e acn', 1 . _:cr":e the property of fin City uccr a frl_ .s r-._, _ _ t; _ Qes gin E_. F , cr terrain.... _ri of this Ccortrast ',without restriction or li---..tat.on oh their use. s,aP,'eet to the terns and �Cn .,,':s of this Contract, and will be made a =1n c•n re,iy_ . to City at any time derng Lie performance of sicn services and. or upon comp e. te-r 'nat.cn of this Contract. Consultant and:or the Design -Build Firm shall not c: ovnij" t a J• ha-erla' and products or patent any s in'ie °' eouncle-- The on d �� ped u U �- this Contract, City s h3,a the night t: y's,t tne site f'Jr inspection of the V`/crk and the products of Consultant /� n �+ ',;lies, inc 'i ,-ig reproducible copies. a` a^, �... The Ci:r�'_i .�._t .]`'14; i de Lvr;-`"11�,�`� to r�'?�n copies, "'l !� �n rj a P sole' sr nfor ,a`ion and reference in connection with the City's use and occupancy of the Project, 4.. Delivery upon Request or Cancellation Fal'.'ure o` tie Cors`Jitant to promptly deliver all such documents, both hard copy and digital, to the D i-ettor or designee v,ithin ten (10) days of cancellation, or within ten (10) days of request by the City shall be just cause for the City to withhold payment of any fees due Consultant until Consultant delivers all such documents. Consultant shall hare no recourse from these requirements. 5. Error and Omission Issues Not'r,ri"'s`arding any other provision to the contrary, the standard of care for all Professional Services n _ +ter ed or furnished by the Design -Build Firm under this Contract will conform to the Industry Standard of care, skill and diligence as would be provided by a prudent Design -Build Firm ecterenced in supplying design -build services nationally in the United States on projects of r'r 3s�ner Cr eK ReStOr3tl.:r r ;era 3'r 3 1' i' City of Miami, Florida Contract No. 15-1 -039 r"ilar sze and co'mnriexity. Nothing in the Contract Docur'ents re ;wire a le;ei of performance _her than tinis indL.stry Standard of care No other rebresentations. express or implied and no ra sty cr gi_iarante- is incLded or intended in the Contact Documents for the Professiona' Se 'r':es pehfortred b j the Des,gr-b..'ii' respcnsicie for the cf the dra r, hi:s and specifi:3::'` s -spared b y :r On :e air ,:ifieif the Des gn-B'LII'. Farrn and is r r _:�_ s fora costs res.;'ting from any breast of the Ind.._ ryStandard of care in the p" :at-s. by or cn behalf of tne Design-'J_, 'id Fi,-r:, Des gr-BSI: ', Fin'.. 13 r sons t:" t 1 a:,:^ ct t,re dra./ ngs and see:1'ica`,.ris and ,s respOnS 0:v for ail o:sts res : y f l o-s and'. or Cr"liss.on3 in the d"3'A1:nr-s and spe.ci 'c.3.Tior s o. Design -Build Firms Key Staff The ran.ss t-at Design -Build Firm Yfas seie `ed by City. in cart. cr the basis of ,,.s of Ca 3^ etaf I;,. Design-Beiil•-a F s resoins? to City s solicitation, is as Ciej St3 Des tan. Key a l l I d ng 'tent r,ej S e` ? _.r3'ab .aS C g as 53 d Ksj St3` Is In. Ci a;fin .r'r`,-.:s a::ep'ar__ o' D•re:t:r a :^a^ Ka] S Des F,r, sr' : D"ry 'Jr .ea gn e ,ir't! a• cb I 3i nett. as ine:essa-'j : dete ne tie. S_,'tavl°I j o 'D:osw: ne'r+, Kay S3' D'rs:te"r'Af!II apt rsssonaie! Ir ..,s _ia .rig K.,f S'a' 'd f:attache J_..n acceptance. s a net writs:'Ate, aril the Inc' ,,. _._a; s ability t: perfer-'. 7. Truth-ln-Na'notiation Certificate Cd: 73 : Fr~, es t^ar ','e3 a r.st s :C27'� �_ .._ .y .'e ,- +.� � Pi"*.dt a.21_ir,:e cc„-ci ::o. and rw.;r a' tne - i_ iN: :e li . :i _ la' !-'... s:t Orc-3 a`-.d any at .,4it 'n t ic'et: ,'r'" be a~ _, e: ;c;, sly 37 Pre City tee: nes tine u:nt-a:tPr:e '.ss inc eased w'_ to '",a .;'aria e:eo'r_ :: Na:de. sa f :, a'L^COS3 A s'_,:. nr: bss' enttsr'i':. CC ._,.is wrr tn' ore 1 1/s3; f.:., ,:r,' the eft: 0 the Pr o,o:._ 8. Re -Use b'y City is k, 'derst:r''a t iat cont-aet s''1:, -sir Vicrk Orders for inei,v de= gn'4'•r�r� tins ttf ens and so`:f'ea. ens. ng Cors ruc..: .. r a ,4!"n lJ4.3, at the C;:j s 0__,_ 1e thIS Cori- _ t-e Des S_ _ r r7 a' vas'._ Lise in, a : _ 'h _ _ : tie i` _ ", Ices or _ •s5e re_ .-r�� The, Z-'3'i.J ,� Firm d3f: any _. .2S .-er a thati_ _ terns a".d �.ions Of this C✓:ntr3:".. 9. Scope of Services Des d F ue pre`:_._ _e .:es !I: acetone-ioa'v'rltn a'i .appii:axle la i: nio e. e `a,' regulations. irc , c ng the Florida Bif 'f'.ng Code, FDOT a- t- `r! _. Fonda, Code ofOrdinances. s'a-�-�� �. end : �-� _-' and as set -fin-- in the Contract s7n.:a'I furnish, as Basic Services corrpre _.__ !e professional se ,ices for the Proje t described in Article 10, Basic Services, and it a: :able, Additional Services. 10. Basic Services ses.p coninc'et.e Profess one' Services as s.et f: it "ne ;asks the Florida B Ild,ng Code latest e~ eion, a _ I.3 _ :3. Ls: Cedes and Ordinances. Design-3.,i1!d a-�� -� -"• -. 1 '' I� City of P,1ia,rni. Florid Contrast No 15-10-030 maintain a'h adeamete staff of qualified personnel on the !ti/Cr'k at 2'' `.mes to perform Sat;5f3.stsriiy, the 1/ ork as specified In the Contract. ❑ s _ B 1 Firrn shall submit at leas`. one (1) eiectr fn _ so _ d' s our ?^ s a ,s 5) copes M1r.ry -Jf! of rd_ nA hd rJ required der this ,cle ,,,,rth,out a_ _ s F�r , by City. Design-DJHd Firm sha ? no cr•:i ve-a ,rlrrti`l theflex': tine d" rh,n.„ _ tne doquiments hate been a=Ca se' in r,,,rit.ing by City and a- ' _. orIC'stlon Pr�;&e7.1'„ next task has been iss..ed by City These sen,rces herea`.e (= e�tsas iB33 , Services"a`a I a 10.1 De ;'eloorrie. _ of Cbi _=t. re_ 10.1.1 Des gh-Qu:'si Firm a' ,ter r,`,i+:- repr3Se `a`',es cf ri• to Project ages and t� � '� Pry, i+,1a^ ,, c.,.er age :.ies t_ ,e :o se , -'al bor. _ ti r!: .!r t�'W ",3" �:s e e"nents of the pr'07 •:t ne des;"ed anti e-' ba eZ itnie sitiooie-- 10.2 Cc,,,F, ' _n DcoL,--lehts Des - - 3 ... 1 ' d ,, , r ` i ' s a _ . u - - - 1 - F ,? fV - - - - _� _ - _,. _. 1 ri_��t, ..'gin Doodnents for rand abb. Crty. „ s''a �i,�. t,- f.o',risr,!, ng 1. Design-B_il F, sr n �' ;, f_,r r y _ develechnent untii a:cro1 e J s', �, �' d___. s ce, ed it ,,+, . r-, from City by at./ rs a " ]' cr:' --ss _ j and i7jses IT: . ,e Design -Build T rn-n of Its resporris.ti;' t es ant'. 3C rer?t, re t= v:da his c ian.se _ --' to - `` a ;3 e; i � tfl is Contrast. Des F s-a ^rest. a l p est _ -s ir. :.a`e-d o' tine is:oi_menits and _"?. �'J ;� .. d cam, "'e--•3 r,e.e332-i in esso 1-ste_ to the :,'e ,ti, „_ eni_3_j. Ti e j'nal'c7 ' '- Sa 'e-' eT: y fy e_!() s^a`r_ returned to •Cs,it Lpcn sec'V'ssionof s_1n ta3-1! De D_.!C FIr,n j'3.I proarde aa'1 a,ppr.. ;rate resp:rs t's a. ' coinn,ments _ n.rn t'n _] re sunr tted documents. 2. Des 3n-B.41'd Firm. s a'l f +ur (4) ful? size cop.es cf tne C"a,',Iny3 and �veC, is t;CnS, and _ cr e (1i ) d g to c�..j ir� f_ _ -oat. r„=, and ,d'ivg forrnats. 10.2, 1 Permitting The D's n—S F.nms ? f, e ca"d f'JI J'!;-I_;o fsr . per _3 ?` t e? =St pica.... .c._ _ tiinn.e d rr the pent r 'en ,3rl't, the Testis- noo. - _ re - y -+�r, c� t,,., Co��� Jaion f=r acp'2,a vy City Cc : 1 .. S-3-a ut Fe.e-a s ha,,r j 5 .t C'ien the. !art, or cont a:t ',`,'t" tale City' arc' C'oord'n1._ in 0L'2r,ing it bao any s l 3_ ce r_ rs of F_ t accro ai :;y sr -:or a...7. prior to a: prove by the City of the f'rnal set and ng of tn.. C2—str ct'cr' Do__.,~Fits fio, tine applicable portion of the Yi:r+.k. At any time Outing the of the ,+r:- , hereunden t_re ❑esHgn-B+.:'ld Firm shall promptly adlise the Cis s'_I: 3'� :'3l Irore33es CCS'.s set f1 .`^ it the Statement of Probable Constlr ction Cost �. 'i tnJ oplriccn o` the Des;r,n-B j,!H Is caused by the reguirement.$) of such revie'hs by the pv i_thio entices Upon comic?etion of dry run permitting by the permitthg entities the Design -Build Firm s"ia:i provide trio (2) full size sewed copies of the drar,v!ngs and specifications. By the perm' ir!y entities the Design-B+Jild Firm, s" 'so pro\»de d gita' versions of the dra,v'ngs in .d'A,rg and .pdf formats. The specified additcra t_ and condit,ons shall be provident. in both .pr+r and doe formats. �?3 iris 3,jrrJr 5%3 ;+)I4 :anal Rv7:,]r r.+..�, 3 17 City of Miami. Fonda Contract NJ 15-13-030 10.3 Adrrinistration of the, Construct Contract 10..3,1 The Cons` 1:.cn Phase `�wili _ crn con -rifler -cement of t, - `� whenthe construction, a' .��" end ' F has proiicet: `. _. documents. A.s-E _, It dr=,{, s a _ Des c s to, the City and t t : I_ , iies the a :s D =: =,r~ . D ' ^y . s _ Design -Build „ide ; : -.tract as = ~ ., a _ a-d a led by la'r41. 10.3.2 The Ccrs' a"t. as the reorestentati ie of the City curing the Cons`ruoticr' Phase s"a ate,';= and co —ins —tilt wit:- the+ , S".a'I ba le the autnanty to act on behalf of tne City t:: hie exteht b'd I" the Gs "? : n5 a - ' t'-- S , 'ernentary Conditions of the construction contract and tneir agreement ,',,7 C 10,3.3 The City or its assign ' r apra _n`at. :3 shall visit tine site to conduct field 0b3eia..ors. a` a r - ;n a wy �as�S, 4 at _. e /ten`S to ascertain the pre`roes Jr the P.. J,_ Jt ? i y sha".4 "_e S - a_ j.,.'" fled inspect::ors to ascertain ri tVr s Pro o_a-•dV __a":.. r'' 1e. _i •s mj '`1 acoor ; :a'a`, the C- .rapt Dcourthents. The C s site vl71.s reDessa-y fr ..3rt: _a:.o' the a'utbcrit'es I"a,. -' s: =, s-r s -e_+on sha i t s pro',ided by the De_ Firth-) a- no aY - a mac;" `o, tthe l _ do _ . _ eti The Oi'' i r '_a r_ecre ntat,., S- s. r _ Co F-JJ'eSi t,ne Vi `• -w tt, a., j de _-`> a^d r ehcles that may be onse,-ve, In the ti' �r ork. ,)r' e ' u' ,', IC, _ _ gs hd, insce:. c"3 report, d v J : t`„ ron..t=a C,_ _1 :a t a �._ �3J'ta� s 4'r', rc' be�bod _.c hs-cle fr3r rhea ods.:e:r I s; S -s; cr ua; u7 for safety Da it ,1r'S a'd ;,roc-a--s i r:r -t' V with t:he','/ork. 10.3, = The Pr-.:iteot (.!ana _ 3: 1 _7;3h a Y',rit_ e- re: :rt f a I '::';ere Fa: Jrs t,'e ad. c j he D- F'r-7, The Consa :a'1`_ S,na'i a so r c.s tho ; ?^a s'atJ; and progress of the \,tir'orR. cn f orhrs fur.furh. she::" aopro ie by he City The Cs .._, 7t shall submit tine reports Weekly The Project Niana.ger shali asocerta'n that the'0or< is acco_.atie to the City The Project 11a a ,r'r det rn in,e if L- 7���Jrk. fs �rt ,per -ei 1 _ with t :e. •y.. � � or;. 1 I,^ auCCi _a" _� „I n E. ' S-1oC of s�rv'� s_ The's won 'I t t t , ti �rvt � �.�a�h�.v, ana aSS ]_ 'r .��'Jririt� that ? D��' -_ _. Flr^� is r'"'a{,. "' , accurate and Corr,., et_ r:b tat:ohs [. "as c4, r r ,', s Copy es cif the f'e'b repents she be. s_,Chn'onar+ont-ijbasis Tt' 1 s ._,s or i, :_ mootsCif =, ste Vs:'s or r" nutes of me,.. -in', :-_ vs t; y r V . re.-, ems: Cy the Des -Build Frs artd ".aj result in a pre^^or`,0ns r1J_ t.:rl n As-,s` etion fees "a'd to the Design -Build Firm. 10.3.5 Buse cn cbse.,at,crs at the s.te and consultation with the City. the Consultant shy'' determine the aroi,nt due the Deg :n-Build Firm based on the approved schedule of values a- shall recommend aoprovai e` *Jon :amount as appropriate. This recommendation shall cons`:Jte a reoresentat': by the Cc- _ ... -: to the City that, to the best of the Consultant's J . has progressed to the point indicateJ and t;r'at, the q:a ,t j :he '4‘1ork is in accordance , :n the Contract and the Design -Build Firm is entitled to amount stated on the requisition subject to: 1) A detalled eva`uation of the Work for conformance with the contract upon substant`.al completion, 2 The results of any subsequent tests required by the contract: 8-t `,'/a,jn,sr renal Re-tsraticr Project 3 $7 17 City of N1;amt, Florida Contract No 15-1 c-03 3 M,ror de /'atlons from the :h. oorre :' : ^r'or to com le` r N 4 An'/ speclf': q' a'IfIca`_:ch s _ ::, tn=_? : _ -t cert-ifcate 3C0 f,.Yrt'rs' that the Flr" - ed to .,ayhne .'se a' ,�` a y _� �' .pon at a requii3't;or s te. r~, _e. hg as sate l 07 Prior to re_ i nd _'.y" ✓nt t; tre De3;;n-Budd Firm the Cons_.''ah. '' dcre•_ i-e a 'ry-:t`en st3-e hento t.'e City on '.'heos`s. _is cf tin:Work rc.et,ve to the Construct Scces.'e. 'r,h,:h s,' �a11 a . ew t1 Desgr',-Pa ,J Firr 'S pajh _ , 321- s'a bs c.,repaeci r"r e:F: the. re o S h.; � _'d r_e �. ,' By reccm'm-rc. 3.0;ro'/al of a Fay i'e'1[ :3 C':r3.'I73"- s"3nct ::e a: _ to represent thsit the hos r"a:e a^ xa s ?� oaf r boy, a"-. p_Irposs the D;�.'� �_i has i 1 r3 -I on a:_:.r:c4 the Cchst-".::t.on Contract Price. 10.3,6 The Co' -__ `a- s^a'' de the ihte prete- c` the recuireht:e„ts of the Contrast Documents and the _rJ..n7 r.e ,-�.. ". � h � rJ � t � �.. � T�'= Cors�i;ta n ��3 3".0 lnt��preta:i':ns ,. ..� e:_r+_ _ : _ .,]3 OrL.r.,_ :l�..� _'' i ��^Cr t7.9 C:tf 3 7.'Te Desgh- Ba'10 J-a III' r -.� �� 7 .r'S r'r't7 77-3C1-7-7. : __ Da IS, C a v3 a-u c shot ,.,,a':e s ter' tetheeh the C "/ a"C the LJL_ -B' 'ice F re,at t: try • _ g ess the,r,r,:rt,. 1"`.: ,:re.s.•:ns 3,21 ce the iin._h.t ahu inferable f _ ' the C': _r3:4 Documents. a:d she] we 10.3,7 T-e a - l ec c '- --', - r does h conform, t L _ _ _::. t: The P--_-: �,i.3^eoe-aJr-� a I `-i. re tot r� e fo. .. sp:.' :at':-7 r! �� 3 _ ., he- re35:7ate ,a c (-,n D:_t— -ts the. C: 't r O y - "3- _ `^ --'- � yi to re.oN {.. _ 5�-..� �r wY._'or c to�� - o; '; _ r^ .. o rot -. _ : _ r t:: :s tr-e Co 32t:3 733 _� f3v" ':.e:' 3-72 t -' P" , :t orin3:a 10.3.8 The. C:r 3'_.:a :t s r-1,.e''/ 3-0 a r Or ta''-,_ est Oh Cflr.7 r- S3'1 :S a"': C 3a_ :: _ - Gf t:s D J.� n Ba FirT Cr o • :s t`'e Citf's Pro'-ut - - - �- C- _ e C:rs'.�l.a-. ;'ha upon _ r a 'led,a" re -um the s ". _. 'r'o s or S'�cr- t Des r - - �y _. _, � ._ _ - 'Cie .. ,� , r'.� ��.I. �... `��.] 3a::ro/'3. `prTh a . :! to t^e P- t IV,13h� ;, _ J ...N _;:• y, � �;a- Cyr'- 01:: .3 Des h-B__' F.r s:". the Project Manager'rv': a ws:a :: 'Nf'tten a'( la 33 t: tr.e to-:'s for re cr 10.3.9 The Cc taht shaH i� _ -. -- - -a- .C- for chah2ies as recu:red by the o'` . bs ., : s c Cons . s r!^ 0 , or a; _ �Je3te.. 01 - _ City and s:a i re, e'Ar and recommend act:oh oh proo.c;ems crah:�-s --eE.f. Des'Ic: -- 3_ - F'Irm s'-;':rn:t.s a re ,uest for Change Order or Cha",,a Proposal re _.est t'-_ Cons. tart s- ten _ 9 3 ,s. re'ie',; and to the City, his 'he- re:Cmniei -;a::'' Cr :r 000sed a:: _ 3 a'a ?-,:i tL:d ; � - - 5_ 1 support,ng such recommendation. 10.3,10 The C:rs;tsnt In conjunction V,'.- : - C , she!' exs^' the +r'/ark upon receipt of the Design- B. ' - " a re0peat for subStont.a' completion Insce _ - _„ of the Project and snaI'l. prior t'o accept.:=Lhoe by the C:ty. re:,rhr,end execution of a "Certifcate of Acceptance for Substantial 85 'Y'13grt r 23r it Ro itOr3tc;r 'r.D1-?i3i City of Miami Fbrlda Contract No, 1 a-1 6-03rC Completion after first ascertaining that the. Pribiect is si_fcstaht ally cornb'ete in accordance ;{nt the contrast ry . , _ ents The Ccrsi'ts . s--a: in con; _., ,, t representatiiies of the City and t'e :forage a I.st of an/ Gamite,y-.5 - _ screcancies in the rt'J:;111c re ; recl to b• 3_Des 7n 5 Firm in a; cr-'=- oe ,t, . Fiond.a Statute 213.735 IJ"'ar 3at'sf3_ _" j r., On of the p' ch l st the Cons_.itan anal re :om- end execut;on of a oc J= '`;�-.-.Ca:.. J' - -ai h� '���? � t."a' ."lent to tih= rieUpon. Sat,S`aictJ j 177-r' to a' a =�� re'ease.s of iiens•'Cia: _ Y r i be = , apol•Cao e 0ode3 and the �• - a F - _ _ano _ i_.- .D _,_. � _ � .. r r,_. - _�-� _. _e 3h' . U � _�_.��� t:, .-.- �-_ , -Bunld Firm. 10,3.11 The Ccr's_'rant s;hh. r: ,i the Des n-Bard Firms "as buit" dra-,�,,rg3 and t h �� y �u s�bml them to the Ciity 1u a rrb,a' by the Cons;:tar . The Design-Bu_i'id Firm is r spers:'ole for preparing the 'as 10.3,12 Tre r3es `yr = = S.-a' ftm 37t: C tj the oirg 'a .._,—e- Ir:I ^y dra,L'ng3 rei sew tJ 'a3-.._, _ cjrt=1 3: 1 pr�Ja 'Pe;'or_". Se. dear e,:3 regi_Jir'a'd y Lino+, " the contents __ �f ..�j-w ��'i (a'��� � �� ;J a'.�J,vd Li: Jn t"'? accuracy liE t.ie ihfJ„rat,ori _ dJ's'jme,nts o"_;des by the Des "-B_:i'd Firm The orr':n, documents 'y �. a G�oCUI'''� 3 as t ;a 'Re: Set" s"a;' e. the c ty of the City. A reprsd_icib,:e set of ail other fina' doc"Jr-he n, be fi r� vW _'a C free . charge d y •11 �, ,3" _/ C, 3'y hJ j t;"� p 3'+�.1-Bull Firm. The ❑csl �'�-� �;�U Fern-- 37a 1 L,s- tD the at} bt,he I i) cog"-'. --a se. or 'Reocr' Set Dra'a"r'n•.s' , In AJtJ C,ADD J 21912'7) .r S;,, ct e format a c rs.3Le to the City. 11. Basis of Design is 13 _ ,-, e :"..7 . sta-Os `he impo;Ca`.'o-s c' ces �a is on3 Cade the re3 J �__S3 Es e_ .a fir _ v a;'j saes •yn I_ I3 ;r"-3ra,, that the ❑os;y"-B_,''d Firer, ire;i;i"'_a intci the ,rnoc,:a,t.ons of a gi-/en choice. 12, Additional Design Services 3r7,,,' _E3 . a .? -1 a3 a Chano.e Crs!e- to the Cont Ad i :ana' Desig- c'er",' _ es a1' foi the c : _ OF i- :-'s Senv' es re _, est-:1 by the City that there rot i,nc;_,b,... r�� �� - �_ `� a "�' . �" __ � - t� _ y`�' "1 t`'� 13 _ Seim'ow3 ;cr,_a ;1?u I>`1the Contract, 'J e., _, 3`. C j `' `, a-d S-t:17. 3 Cha- e OrO - P >p'osa'. The _ oft e 0L3t3 3h'h..,I be proidded Lein, tn_ Citr's'�' ?, n r'/3grer,reeK S,erCodc; :ar'31 3 17 17 City of Miami, Florida Contract No. RFP 15-16-030 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. AT EST: Tod B. Hannon, City Clerk ATTEST - Print Name :ln►Lu%A-tut3.N1« Title:3Z—N7' (Corporate Seal) APPROVED LEGAL FORM AND RRECTN SS: f'. Victoria Mendez fi City Attorney 1 "City" CITY OF MIAMI. a municipal corporation tl Daniel J. Alfons "Design -Build Firth" L By: IAtc�Z�S .-Q`fSTL.� Print Name: Title: ‘40/1 e.E T7i2ri A.Yr (Authorized Corporate APPROVED AS ANCE REQUIREME n-Marie Shane Risk MaYiagem. nt Director 87 Wagner Creek Seybold Cana Restoration Project Rev. 3117117 CHry or Miami Hor:tea Contract N , RFP 15-16-030 EXHIBIT B1 SCOPE OF SERVICES Pro S.c7e of S en.,!ces Work as 5„'.?l.Ified 33 'r'i.3grer ee j ,=,.3I3raCar Project 3 17 1- City of NI Fcr,da Contract tic RFP 15-16-030 EXHIBIT B1 SCOPE OF SERVICES 1. Overview Tn City of Miami f'rr e n =`er re`erred to as "tne City") is contracting with Sevenson En.»ironmental .here after referred to as "Design -Build Firm") to perform professional dredg ng i,',es to remove accumulated sediment In the r'/agner Creek and Seybold Canal waten,,,a,s iccated in Miami, Florida. The overall project goal is to reprove sediments to aoh e,e imprc,sd d-a•nage and,or navigation, reduce the risk from contamination in the ',%iatenways w''.n a focus on b t•ng pubiic'worker safety and minimizing damage to existing structures. land, vegetation and w ii,dli*e 2. Project Background f-Pr-. Ca _e. a Sey+vold Canal represents a major tributary to the Miami River, ding dra na~e f:,- s.n-v _ _^ 1f the City. The project area is located in the City, within Miann.-Dale C�'_::nty f �,:1 i. Fcnda, and is sit' atod along a 1,67-mile (7,850 ft,) tributary to the iN,liann Ri',er, �^�h c ir',:i_des V,agner Creek and Seybold Cana'. Vlagner Creek and the northern t',';_-t'ni ds of Se1bold" Ca^a' are Icca'e.a In Section 35, Township 53, and Range 41 of t-'e C- -, _ �n;ru So jcord Canal is located in Se ction 2. Towns,nap 54 and P,en:g,e -11 of tHa County The yr'f o,-e:t ere._, n a de n5a .f per. a.ated urban urea. 'vti,' to land usage consisting Ling mainly of Ip^~t" . es go 2-7,rer' es I'.._,s:i'i; Wagner Creek receives storm ,Nater rung, , r-on, tn_ surround ng C-o Basin and merges ir':_ Se, /c Cana'. Seybold Canal connects to M..371 R ,er acor:a;m,ate!y two (2) mi'es northwest of Biscayne Bay. Both Wagner Creek and Seybold Cana' are tidal. Histerloa'ly, Wagner Creek Y,as u major tributary to the Miami River. It was fed by several fresh ater sp, ,�gs 'o4,r;cl ha a een eliminated due to urban dev'eiiome . (Camillo et al., 2000).. Today. Wagner Creek is n,a n-s.ned by the City to provide st_ ..•_. conveyance for the C-6 Basin Most areas of Waline- Creek are not accessible or na .ig an. :2;0at due to shallow 'plater dept,ins and the pre.s n e _ yi, g bridges. Wagner Creek is T=, 5.500 ft. long and ranges from 22 fr. to 42 ft f= th a depth ranging between 3 ft. and 6 ft. The. poiton o; kA, agner Creek John Seyb+o'id dredged it in t- from 25 ft. to 60 ft. wide A 1 extent. Seybold Cana. s s _ i,th of NW 1 1 th Street was renamed Seybold Canal when Seybold Canal is approximately 2,350 ft. long and ranges ._.rning basin is located at Seybold Canals northernmost geographic borders of the Biscayne Bay Aquatic Preserve and is classified by the Fic:-da Department of Environmental Protection (FDEP) as an Outstanding Florida Water. At one time, Seybold Canal provided maritime facilities for commercial fishermen. Today, Seybold Canal and its turning basin are bordered by residential property and lined by seawalls, docks and other types of revetment structures. Seybold Canal is a navigable waterway. The west side of Seybold Canal is bordered by residential housing, and the east is a mix of residential housing. �r�iaggner Crook Se'fboid Canal Res.orat.on Project Rev 3 17 17 Ctf o` M'a7 . FForda Co^r act No RFP 15-16-030 ocmmerciapropetes. industrial properties and undeveloped pa'cels. Seybold Canal flows under I the NW 7 - Street Bridge (Humpback Bridge) and into the Nlami River adjacent to NW T- Avenue. 3. Project Work Plan Tn e Corr ..,hie Apt - Version 2 (CAP2f, (which w:as completed in August 20C9 serves as t�e 'vans or design tlna- ti'as used to secure the County. State and Federal Permits. whch a-e da aoe as reference documents on :be City's Offce of Capita! Improvements (OCI) `iVecsi`e' h`-o�, i n-=7,;n;0.7 con, CiTP,Pa ;-= ter,:_ mPnt0 ^ort'�nit s.'RFP 151(3030 Su000r t Documents. html The CAP a3 ore�a'ed to con pii W the .at3 7e. rerT.o,a! requirements and procedures. It ��� "'_es or'opoe- -es for re-- a'of Cree and Seybod Cana! the. nee' for a^ ,; a st : = ._ The reocrnmended constructor a`;Io^S - er're SS' t e - <pa ia`_e ren3 e 3-1d transport dredged sediment f-ohh. the Project area so that the r,, 'ter t, e public to be, exposed to the se if yen t PS I __.. zed The CAP2 ao'dte»es tie need to n- nI•m ize '�a e'i'ol.,m,� generated d'urng dredging In et o-s the, M a � �^^i�ni c'` '1'�ater r.; _ to 4.,.r,V^i�� (.i'e-1_ ng and w3f.er q..ra�,t contto s to be y '1 , s F'r'3'I j, it desprices toe crpoef_,res be irnpler ented C "3''• es _ ((`"'?"'a`�e 1 and • ot_'e proS I ('g - to "- L - J ._.rLl f- -,t,Jn L,Jrin� t4 E.'�i dr'I.ay �I`,' v ne Pro,eci. re=1Jl'.s a v= -- =a-_ to ❑'g r•'„P,e'aar, t-.e C',:1 does not re.,'afre archaeological -onJ, '.._ The C't, ',v avv o,e t^e Certificate to D - with the condition that if arohaeo!•og ya, ----,r'.es a, ,�. t:ove'.e "e Des '7^a": F; sn _. Pw tar the �,^ � ,Ir.�.. ,'� cr C:tj', P,ahring and Zoning Diepa-t en. 4- hhou-s cf d sco',ery and treat a.. a --;facts snaI be donated to History 4, Desinn-Build Firm's Deviation to (CAP2 the CAP2 11V7as e:,:r_',e'd b t;-.e Co.;rt r' O'. pte 2'3G9I t' I re 'nt - .j _" �- theCi;j.J proCu� rear process in'r't-a rr—o oSers to &fer innC da::o s tnat co Jd red.ace the t _"e. cost or ather benef t.sd or reduce t-'e to the City. The City t rid hat the a terrate teti i-, concept (ATC) approach proposed J e g I^i it h best 'V I of .�.r the D..s' n-Bui,. Fl�ii represented tie traiU� its' m the totheCity. The specific elements of Design Build Firrr's ATC Proposal that were accepted by the City include. a i Sediment removeO wy means of mechanise' dredg'ngg vtiilii be loaded via a small conveyer d'reot.y behin4the e<ca rator into small (10 cubic yard) scows. The s o',Irs are then pushed to a designated unloading area onshore where a second piece of equipment unloads the soow(s) into 25 CY WTC's for transport to an offsite dewatering,'treatrnent facility. c) Once the WTC's leave the site they are transported directly to the secure de',vatering.'treatment facility for amendment with Portland Cement. d, Dredge Plan =1 and -2 (03-1 through OS-5 ! Wagner Creek) - turbidity control w+thin specific areas of Wagner Creek include the installat:on of a portable hydro -darn. This is touted as adding additional protection for the environment and human health. because, it Wag-er Cree,c Seybold Caul Res:oration P-oect Ref 3 17 17 City! of %.1,3i i, For da Contract No. RFP 1 a-10-030 s more secure than tjpica" s!t curtans, arc" 4warc areas. Dr:�'ge Plan 3 OS-6 ! Se/bold Cana. - 71.3 e-d (in ad _,r r, t "L_,t)b"e = t� ma -.: prate is manatees frcrn entering the :,boi' turbidity curtain arrangement is by the CAP 2) that can be rased s in water depths. This method of d tl :r ,! a ',4a Fir sane passe ja c' ; u_E protects manatees. '- `.- Seytt Canased:, ent'r*,'"l be directly into 100 CYwatertght and t:nen trans: teal via the Miami Ri,er to an offloading area adjacent to the aterirg treatment facility and then placed on the treatment pad for the add :ion c- Portia.nid Cement (es pre,iou'sly described above-) T ^aese de'i.a:cons req,,re a deterri nat;cn b'''y the County t.ne prosed elements are ,ith the CAP2 o r','I; re.c,uire a CAF)= . -e respan&bity for erc;agng the- rF,! a -d her re_'_l atcrj 3;; . ncoes 3s res`.s ,v'tn the Design-B'ui'd Note; Refer to Exhibit C2, Design -Build Firm's ATC Technical Proposal for morn datails on the deviations from the CAP2. 5. Proiect Location I r P`1,�'_. encompasses the area ioca`� be eer �`1`r'/ 22O Street and th' confluence c �eyc Ca -.a and t;�e ' a R !e The -Proje` ha--; teen sePar.a`ed Int3 s.i Ocera`_''ona! Sac. s rC'�3 r -i4r C eet, a u Se I b3 Cana a3 presented belo',t, in FigJre 1. Figgi.;re 1 -Operational Sections 4'ra7rer Creek C3^a! Restora'or Project Re./ 3 17 17 C y of IM,I+am . For oe Con-ract No RFP 15-13-03C These lndi' r1 a OSs Pre- defined prima. -Ely to describe th - a'ea-s, ecif'c sediment chahaoteristios and the Identified remora! techniques. Other reasj s fdr defining the Individual OSs inci'ucled co-appicaF„n, rayurrer'nents, a:cess planning. and pnysical project breakpoints 'streets}. CAF2 Costa ns aTa!ftica data. volur'c ca'culatt,ons as y,e'I as the characteristics and loco`. cns Cf t - , sad s to Ce femoied by OS. 'rVhe a:: ^r:priate an O3 has been subdivided t1 de'. —eat a-eas 'hi::n elevated levels of 2.3 7.3-TCDD - 2,3 7,8-teti-a-dhlorodibenwo d,ox,n tr _ ,a -ants 'i'/'agre- Creek consists of fiveand separatedd� ve . filr (��OSs Is s_.;ara_ as ssri ^ Se,rF'ol- � Caratl is OS-o.. r The _ rst S ( S-1) begins just sTuth of NW 20 S :-e . and ectends southeast to NW 14 ` A,snue. This area is s,irrcunded by res rya^ 3 cvnnme: Ia! properties. and ,nol.Jstra' p-ooerties In a reie,\," of s_'. ..gig events. it 'P.as d _•e W- 03-1 cor:a ' ed o; _rn ss of se: nine—. 'r4': ia:ed TEQ 2 0S-2 ;us', sou:. o` NY/ 1-1` A,ier..e and extends sc eas to N'i`I 13 Street. 03- 2 is boned by the Count'y's governmental properties on tna east &de and resdentlal rousing and cor r_ erwa. properties on the `,vest Ina revie','i of data from the various sainp'Tg eiien:S. it Was da orm `led "_"at 0S-2 ccnta volumes of sad rmei t i,a -g 73 j elevated TEO le',e;s. 3 0 3 e r s; _. s: N',', 13 St any extein.ds soct`'eas- N'1 11 Street. This �S h l� .. L1 , r a he I , -�-+� r`� '+"�:-� l� Je'F ����1 I, _ f _:.��a "a t �l 'n f•��r.f lrJ' Miami H'J51 ']I La.', w t s cons 2i-„) i .-h'gn shoe 1•s on F SJi 'east side cf the. ., ::`seo...0n of IN',V 14 St,v . and NY/ 12 len ae. and .. es so::thPast to c'ta's R s i 5P l 33 J 03 ' is bounded by t.`'e CCL,ritj - dc,eTnirrenti.a. propel es proPe t:es. 5 3-5 b-s s or; tne south o` SR - cooht Jos S:'Jt-eastt to N.» 117 Street, This se=t'on tne-, o:n: ..e'3 jig i':i'east, past 1 a. cnP.+,e7 a_d _ s County sVrlaterand Sewer Decs1"4- J ,di,^g on the 'ti µs s,rde and a m.( o' res''dentlal housing and ca•ue s a-d a Cc _,, do. /etnmenta! proper, on the Creek then f c',ais unUer NW 1 1 St ,',h -e it connects with 0S-3. Seybs'l� Cana. fly . Seyoold Cana. b ^s South o I`�,`r 11 d Street anends „`�erw t� ,l5 it connects riel.tJ wI.i1 the iM ami P,�rer. 6. City's Responsibilities The City ',',!1 provide contract aJ,ministratior service, to include construction oversight and irspeot on ser,ires and quality acceptance reviews of some, or all of the work at its sole d•sor t,on In an./ e,ent, the Design -Build Firm must provide, for its own construction quality assurance sr d r,_,a'lty control inspections, testing and material certifications, and not rely '_.:or the City for ser'vioes The Crty ',rill not be responsible for materials testing of any tyre quaff ty as_services as may be required by the approved project s� fi t` son �? '.� sect ca,_,ons, the respohs.bi,it j of the Des,g,n-Bu:Hi Firm. The City does not guarantee, warrant or affirm the 4 agrer Creek 3efbc'v C.a^al Ras.orat;on Pro ect Ra 31717 City of P,f an F cnda Coh:rc*. No RFP 15-16-030 data !s pe a r�n `C 7ev ous str..ictJrai and :r ctbe' In res`:gaticns a3 shc'Arn on any dool,m supplied by the City including soil borings. 7. Design -Build Firm Responsibilities The Des gr-5 ''1 F :e r f a-- r,o� nV s,� .. __� -� _ , ;r a,l s �rtj s�r`re's. inciur: ng gra , s. ola rat,cns and meas�reme^`�. ` = =r�� �a in'rest.ga':ons and e ra'. a`..ons, designs, ..n,ce:t.d,s and ana'jsis. cc'r37_ permits (may in:l.Jda but r.V. lin,ted to. Nat.ona' D s��arge E � ,�^anon S r, R.ght of Way Closure Per -hit, B_H ng Permit and Fence ern-, t a._ ;=7 - - .s �� ,m'I a- or _, permits s or apprc/3's) construction. oi;cum?nt preparat'an and c_ns`Tucton on or genre the Froiec. Cornciet:on Date indicated in Des g--B. il: Fi --n's Cori~a :t Documents, T"_ Des a^- ar Frtns'.a a'so res: is ole d cu—er`Jt or of the pr 'a:t and ac-::Tpisnr-n-_ _s r ,essaiy t] = mp"j 'r`r'_ the Sra'.e Re.,or,»ng Loan. tine FIND G'a,'s and the FDEP A,", _ la _ Gran r at:a:he and incorporated. afar to D' eL-- is i',Ia.,ixi so that fund Ong ir'vo:ces for relm; °arse- ents to the City are accurate and Complete, The Des zn Cr ._ ,a ..re" to D' o_nrients Vatrici sets fa �."re l i `s re'ga'u ng 1 =,e- _ . des a`l,_1 a" ras do-. a' ;or-nmerC:3',mun,' p.a ro at_ i e tC ^r 1 - a e lt sone.r.'.JIiro and otner ar- v -s a-' ..es S .Cni co,e-niTent. util,.as and tn3p A"a..r-""a ,r3 E C the tniirea f'ur'u'r'; the F,lo,act f_hd rig n re".�, e en`s . ho Des, _ a �_ ins -ate best. project tiii,ork ng on t`'ls Proi,eiot. tat not t . .._ed to, ac00untir;g a ni inv citing pra:_ yes s'u'ficient to meet State a a C .1 _.-.r�s Ira r ode Con'r"''Jri,,,s. oin the C•'f Rem tutor' agencies a a - , -J:e 1 _ „"tars, and n s-s as no:assa F:r ` _ .Fast r"'a"agamn`_ rasp'_ and for cornolete anti s._ara._. r-,:r"n5'.Jr seMdnts s ...M'iss ohs sunder n the tn, _ _ _77, ''a...�3s.in At_a. s n:.7 B. C and D to tr' : Cent-a:t. 8. Project Requirements and Provisions for Work A. Governing Regulations: The sen,ises perfbrmad by the Des:gn-Build Frm sna'I be in ccmpiiance with all applicable build n and municipal codes in luc"ing but not limited to, the State of Florida, County, the City, and other regulations that may be required in addition to the requirements specified in the Solicitation and Contract, The Design-B..iild Firm sna,l use as their primary standard, the Cty's Engineering Standards for Des gn and Construction, which, can be found at the l rt. c.,,, r't`Y'' .".ei 7 a "' .0'; corn CITP pads Procu-errentrQoccrt'_r'es.R�P a1�J3� S.,.ioocrt D ocuments html i I3gr'er CreeK SeyboH c'. Canal Ras'.ora=,o ' Pro{ec' Re', 3 17 17 City of Miami. F'crda CarractRFP 15-13-030 The Design-B_, : Firm shall be responsible for preparng a'l necessary CAF2 modifications. peirr~rt mc: iiatcns. new permits and for paying any associated fees. All approvals and f r a particular constructlon activity be acq'.Irar Pr Or to commencing tte cpfist.uctio. activity. Delays due to incomplete permit oa2eieg.es agency rejection. a s a ency processing time lack of pa/ment, or any permit violations s,na'i be the res:o- stiff ty of tine Design -Build Firm. and 'hiihlii not be cons de-e" sufficient reason for time e ctens .n A for ;:r � a _. vit es are the responsibility of t-e Design -Build Firm a, Surface water: des oo s�'aprevare,: in aocorda^oe wltfi Chapter h,2-25, Reg_ila`on of Storm Water au:rr'a-ge, arid F o -J'a Administrative Ccde, b, Stab and Federal Agencies: ' appipaP 1 permits sear . spared in acocria-ce Cnestar 373 and 433 Chapters3 �.-1 J "ti to 877.C5 .J -_ � � _. _ �;� �`a_�_.. r,G'i��� n� "�ril�`.'�`.',�r�' COGS. -. and Hat :S Act of 1399 43,4 or`the Clean "r` e er Act, afid parts 114 and 115. 33. Code of Federal Regulations (CFR). e. County Agencies: _ F e ai an: S-e.,,tee :1 _ _ .� afi perm ..ing age :e s a 'e n'` pa`e:Y�n _•__.:f���noe r'r- 'f"e.Jr ra:Jire:--= is a' Prepare -Jim n� -- _�-rn, _. �_r�� �� cl'. CrrJ ,/ _,.- �;?` a..,. :�: _ J'l: t'ne vas G�`n ._ spa' be till raspnnis"b r :ne i R id S:noui be Dos ai Firm, a It .. ,"e Des' on ra Firm shall a`__n i a represefit4"e City a,. pl b is hearings presentatons t: t e 3_a-d of County COC.77 ssicn —s or afiy other County Board, for e, -3 TT..4,a a' p_:r�,oses d. City Agencies: An? ro g required ed by City depa, .m .its an or a, _ :os sna'I be prepared In ....._-:afi ce 4'r'="i her spec,- reg ernen:s and re.guiat ons. Fropara`on of all permits apf sa.roris ano' the esc,_ is . on of a'l appiicahle City relate; permits shall be the respons;bi,Aty of the Des'gri-Build Firm. Shou'd it be re ,i e� the Design -Build Firm sh 1 p., �'=� a i -end and represent City at pu ii:: F r• tic a:. the Ci r � hearings. prese,r.a�.,ons to the Board of City Commissioners or any other City Board. for project re new acid approval purposes. e. Resource Surveys: me Design -Build Firrn shall be responsible for all applicable resource surveys pertaning to work in and above the water, The Design -Build Firrn sal obtain permits while acting as an authorized agent or authorize representative for the City for permitting purposes only. Any fees levied on the Design -Build Firm by permitting agencies due to noncompliance, sinaIi be the sole responsibility of tie Design-B, I'd Firm. r'r air e ee Se'i. of J Canal Res,Ora'+or Pro,eot Rep 3 17 17 C;t'j of NI a^1 Forda Con7ac' 1\1o. RFP 15-16-030 B. Survey: The Des.gn-Bail' Firm shall perform all boundary and ttooyraphid surveying and mapping sen,iO3s neoessa"i. to complete the design and consth_idit an aspects of this Project. Suri,ej an: `--32:7n j work r a : also comply all pelt F icr s Statutes and appli'oa,tie r rules in tne F'.rd3 Adm11:st-a:; ie Code, This Work must Cr_. 237.055, Fla, Sta`., as a�pi ':a' -ode a3 t: s,1r'reyors and trappers the i,t. Te:hnloa Standards for Proms ars and Mappers. Chapter 5J-17. F!"r _' s ra}I,c Code (F.A.C.). pup suan..� Section 172.027, i londa Sta`.uta3 (F.S. m ins ructions from the City, Tnls s.r, / a so oU /',,,,:;n the Depart) .., En : Protection Rule, Chapter 1 F A. __ -` C��:,pte- 177, F.S. and the Depa-t..,,an� n� I to - - �� . of En'.'ronme� .a. Prp�. otvon. C, Varifi ration of Existing Conditions: I i Das j" S_ Firm s-a" respcns:ble for v.- ._... 1i _:t'stt ng ;cshcllt, ins By e<a a_ c' fna Contract, tne De.s:gn-BBulld F;rm spo:r oa'lj aok.ncwle Jes and agrees hat t"'_ �e3 j'1-Bu r-;'r d3 be1nq compensated fir=J;- 4�- ;,J adila��a:ein'vestiga'`.;cns of ex:3t s':a on'�' n '. n s'_;osurfaao In,,estigati ns. s to support the design 'r n 37D that 3"/ Irr. Te a'."fin b�'�'g prp','ded by the City, is �: _ il. Firm n complet nc ace _, iate site. 1n /estig3`. or J Is. an, Prairs o^ in the Cont-_,dock: . nts to the contra"/ no a"i'tloral 3',en . of any lnanvwratiles In the p T,na,y in`ormat;on. T%e LJ= � . .� Ja'�a'. ''��l d.J �Iur.3"t and t '.s e''rer j precaut'on dining coris`,ru cton to -t- any ✓r buiid.n tin :asi'_ to such 33 S ns and sign struot'ures. s ; a s :I -: - _. . e3. stprn.-iiiyater fa:ilia es and is ns that are not to be replaced as par-7. cF this such items s are damaged by. the Des -B. l'J Firm during the u.nst ... the d37.agc sha'i be replaced at the Desi-Jr-B.iiit Firm's expense D. Submittals: Plans: F �:a�s rh,3t meet tne rn;nin-'um contents of a p3,-;icliia_ phase sayhh.:al pr'o r to 33 =nfCr rei'e.v The particular pi^ase cr ea ,h submittal s'-s be clearly •-at.._ on the c:,er sheet. Component submittals will not be accepted. Ai The Des gn-Bui!id Firm shall provide copies of required review documents as listed beio'Pv, a. 100% Plans (consistent with the CAP2 as modified): ▪ Five (5) - sets of full-size Plans • Five (5) - sets of Calculations. • Five (5) - sets of Pre -construction Survey. • Five (5) - copies of Technical Specifications. acre( C Vet So,5 i Ca"a' ReS:orar:Or ProfeCt Rev 3 /7 17 City cf f+,l ar^ _ Forda Cote.-ac; NI) PFP 15-16-03C • (5) - copies of Cc've.r Letter that a:1 cornmen 5 �� ra and a s,ceoific list of any unresolved issues. • One (1) — CD colnta;ning all of the above b. Record Set (consistent with the CAP2 as modified): 5 1 R=_ -J' Se! documents shall be manually s,n, ,. and sea ed by the Desig- Pitess :r'a' Engineer registered in the State of Fiords. • Five ; 5 i - sets of full-size Plans, Five 5 - _ets of Calculations. • FM,e (' - copies of P3St-001. _ -, ... ,r Survey • F-, l 5 y - Cc es • - c�ples Pe t5 Erlironrry-'a' acorc;a 'oJcu7_3•11tt3 • F , 5 - cop es c- Cc,e Letter tha, a' 1 . :s ra,.e beer addressed 3- - a soeoir I:st o` any unresolved issjes • 0,-e (1 ) - CD con,3 ring a'i cf the above. S sea ed 19D _ F'a^s 4111'I be 'de ,'= the City) r inin" r7 of f,'la f,5) 27; C'a15�' _. �i Qi I'f 51.3'"'ced ;^eC a7a S33 ed. o ai5 a e Ya -2 Des•gn F�.'d Ern-, pe fo aura',_ the s re ease of P 225 steal' ?' the nes gi i-B 1.Hid Firm s is . 'J 17 a._ -on. t-e De i-B�'J. - i, s^a sub— . s.y a sea�e'� I st-�. �'��. �t C'1 -f� b/ 03 to the C'1. 7 'H1_'. t'o Des -ua d FI S' d to ( es a-1 a _.�_st;�_..4.', .� . cf rv' a ;_� se ," _���` in ea:;h' n t r ..d cted to 0.... D. .1 _I �S u_.� �.� �: , r ._ .. � r f a -� a -_ ..... l.,e Fi re eu e: f` n. that 03 and a' to proceed to the net OS. if red iHries -s.-es 'a- no e , t D _ S_'d F s^a . ce re7,ji'ed to r c.'-e C3 _ . 3-9a5 . `es a r s a -'�� a -- � C) The Des g7-3_,'d Firm sna'I oc•Mpete the Re..o-d Sit -s t-e Project is being o.�ns`-u,_ed Inc Record Set becomes the 'as �_, :s' a.., e d cf tnie Project. A,I desIdn ci,andes sha. be signed and sealed c, E7g nee'.of Record. The Re rd Sc. S-a' . e:t a:i changes initiated .,1 ;-,c Des _ 3_. d Firm or the City. - f: .. cf re , _ _ • s. The. Record Set she' s _. _ -.ed on a Final Project CD uoon b_r c,.on a'oi7g with one (1) signed aid sewed hard copy. The City she': re 'e;', the Record Set prior to Final Acceptance. :hi order to accept the Record Set. 2. Milestones: been add`-?ssed In aidlt.on to various s_;bn-;ttals mentioned throughout this docurrent, the Design -Build Firm sha'I s_; r Ht rror:hly project status reports. including. but not limited to. such reir;,bursemeht backages for phased updates as required by the loan documents and grant agreements rr3 1 e Or'?i Se oo'd C3"`a! Restorat.or Project Re 3 17 17 at/ of Mia-r F'orda Comae! ND RFP 15-1 -t:i3C E. Contract Duration: 17 n1 e7ent shall the Cont..-a t durat on exceed Three Hundred and Forty -Seven (347) Days fCr s 5 a t:�' Co!'lplei:lon, With an adait,ona'1 Thirty (30) Days f r final carrpie,Jon. a a apero red t f t"`e The NeggCtia`_ed Prole ct Schedule Is att lr`ed as Exhibit B2 Project Schedule; 1. Limitations: T^e r :nirnu es in the Project SonedUe are listed belo',{r. • A ar Date • Des,ggn S. r're1s • Des;gn D'ura:crs • Design S'_,Orn.;tte:s • Design Rs b, he City • �n �i ..nr- ��t�' P_r;'}"1 t E.tens,dns • Ste t of Cons_. ct,cn • c '/ Tra:::rg • Dre='g g • Da a f. OS Sed_Jencing • 1,13T Clcs_Jres and Proposed V V.rk Hours • Hol;dajs and S; e:ia' Events • S_,csta.nta' Cor npleton • Fra' Co mple:cr Date for Ail VVorlk • Firm Costs Re n--nu-;ment Pa:kages.'Fiinancial Re _ lrer-eats for the Loan and G-2,7ts F. Key P ers onne i/Staffing : The Design -Build Firms Vrork shall be performed and directed by Key Personnel identif',ed in the Technical Proposal submitted by the Design -Build Firm (see Figure 2, Key Personnel). '1'rarrer Cree.c Se,boiC 03-el Restora`,on Project F,er 3 17 1' City Of M '. F crr a Contract NO R,FF 15-13-030 Figure 2, Key Personnel Personnel Position Title 1 chael Crystal Program Manage,r 1Mark Krm.s Quality Ass ran;e,Qua Ity Control Manager 3 Scot`A:1.3re Health & Saety 'Manager Mark Brewer Contracts Corrpliance Specialist 3 Ke ,'' A�.� 'v, Financial Compliance Specialist .Iivaa G:r'za'e: Public Information Manager 7 S`ebnen Shai Design Mahe Thar Rake i h,f�ss Construction rli}anager Ma-k Glynn Structural Engineer 13 Christian, 1vil.J;3 Ut1'I`j' Ccordinat„on 1,1a^3^er a G. Meetings and Progress Reporting: 3 Des sna" :.a period c mset,ngs C `1pe'sonnei and other a ;ten re'y'ul"a; and.!ss_es. These. ,rreet,ngs // Ut not ill" _,d tp. • lief Te:nr'•ic Issue Resolution Permit Ayentt Coo-', na`,on • Loca' Goi,err;r.v-„ Agency Coordinat;cn • Sscping Meetings • Co:;.Co.stsiReimbursennent Packages and Updates for the Loan and Gra. its Curing design, the Des.gn-Bw11'd Firm shall meetwitln the City and others a3 requested by the Cr.') on a w-s-e'{l'y basis. to provida a "look ahead.cf tro upcoming 3cti'iit;es. During constrLotion, the Design -Build Firm shall meet with the City's Construction ��,1acager on a weekly basis to provide. a one -week look ahead for a tiv!tles to be performed during the upcoming week. The Design -Build Firm shall, an a bi-weekly basis, provide written progress reports that describe the items of concern and the work performed on each task. irayrerCrs 5e1boi Ca'a Resins:on Project Re, 3 1717 Olt/ of M a~" Fcr:da Contra . No P,FP 1 3-1 F-03O H. Public involvement: 1, General: P it I^.,.', ~}, .�� cml .la i �'ing to a'i interest': pers:.rs. gna:s a-Ia !flfOrrratlon regardiry the deie'opmeit of the PrzlleYt. I` is ex_:tsd t-a` t-e 'd Firm wiJ follow tre Public In',oI',ern nt Plan presented in tn=' CAP2 a`. a r^InTriur`'. 2. Public Meetings: T n; ❑33 ; - �l,d �, sr3'! p'oiide all SJs: octet. nebessary for t"e City t: b .�I -'_- r,e=_ ya _� ��s.,i . :;;:":3" C�iC'.-'_, ��t '�� is ;73 Tre s 'ha ,e ...e ue e d a-d s"a L_ t.c, a' a r r u A Jt `iP.O'lc" and a1noIunce^Tent of Luc he 3.. re ,3 3'4 ca!s, e`.i^ Joar^s, etc a: !east 621 w-,,] Cr;or t� tn3 s:a-t of ibor's in each OS. b At :east 3- dajs the sta-t of b4nrk In ea:h OS. a pt.t:''c !nf'7rr7a:on f 'eet.rnn f r t-. r=s.hie-Ifs bus;nesses in the area . ,here soUss 1v3aes ?: Cifi: tC 1 ,O. areas. he:d, as r".?e.ar:!, tD u,sv_33 a^d reS'si'ie :,4_, ^I`g t' F o a. : t _ :sob, tr _ e, gs r;1� Dee gr-8 F ^a a 3333t3^2�' :1 a ,a r,e._ �. yfort�eClt'jt= _'Ouoa us r-ater a ' J2- y :s --- , z d g'avini:s , c'ogapr'g cos. for the delay-to.dsy e',C:hange of . . :;r7-"a`on +�`r'_, n the al3ehc:es a^d e :.eel _ .,'a'3 in order tJ keep them infarmed as to the progress. bests lrnr32r3 that the Pr':,e:.',', create. This IncLdes''r�r shoes. me:`s a�C c bi;, hea"" rigs T _ Ces;g 7 :n an as -needed ba_,s attend the rree:''g y_ r a . ,. ._•r"nel to assist the City. The ❑e gn-Bual.d Firm shah fc:i',}..:,a a re i_iests for •gh „ rheet igs tJ the City. Tne Dej'gn-R I+d Firm shaj inform tne City of an j sae .�'gs '; ':^ r:' r': a= c ` occur ,%/it!nout. pr,or notice. 3. Public Workshops, information Meetings: The Fly5ra'I provide a' the s:Jpport services listed above in Item No. 2, Public Meetings. All lega'.display ads announcing workshops. information meetings and public meetings will be prepared and paid for by the City. The City will be re scensible for the legal display advertisements for design concept acceptance. The C,t i will also be responsible for preparing and mailing (includes postage all letters am=ln ing v",orkshops and information meetings. ll r'i a�ner C`ae Said'.' l Cana i Restore.. -on P e:r Re./ 3 17 17 City of t*rt,a ri, F or:ca Conr.ract N a F.FP 1 a-15-n13 4. Public Involvement Data; The Desgn-B'a`ld FirT shall be responsible for the following: ar Coordinating with the City. IdenIfj'ng Moss. ;le pe'mlt and reiie',v agerc!es a^d pro'i!ding name's and contaat irf•crma` In for these agencies to tne City. cxJentlse (staff members) to assist the City on an 3s-reeved basis. Preparing cc or `a:-'o re7der1n_s and'cr computer generated graphics to depict the propose: I" :. _ , i y cJcr.: nation wtn the City and otnler agencies. Tre oolect,on of ^i„v the I Fe_ cf the Ploje_t and reilre. m3 `,3 hg f e5 e!re, ' ��' ys Io_:�-s. and espeoia'ly r33t Con "eats Before. and a`-e any c t' cu , rnec.,hgs Articles s.oh as those menu. ed sha l he 4 t �;r•o,;.wen tD tne City fc,r its use and reoords. In aoiLftlon to co,'eot ''y in ut Caa, ink Design-Ruiid Firm may be r e _ sted. by the Cat' preca-e responses to any put Ing_ es as a result of the p,_, proc_ss. The I r=r"e,'r a res:'onses pncr to release. Quality Management. Plan 1. Design; The Des .I "` sha to resoonscHe for t,ne , refass o e gJa ti, teonn a ao:i_raoy and &_rrdi 3..:n of all surreys. des gns, d a,tir'ncs speofca.,ons, gelotech cal and other services fi_rinishei by the Design -Build Firm under his ContTaot. The d F sha'. r•ro rde a Contraot.r's Qa.ia' ty Nlanagemc Plan (QM) . yi.nicr,, describes the Q_laty Ceent-o! (QC) proced. es to be �ut.lizcd to verify, indebehdeTtly check. and re des'gn drawings, specifications. and other dY J,un'e ett.on p ep3 s as 3 part of the Con`."c:t. In adaition, the Q\IP shall establish a Q_a! t;; . ss. anc QA - re.7 to corfrn teat the QC proced_ires a-e fo'lc,vei. The Des FIrm s'73 1 describe how the cheokin'g and re 1'e'itr processes are to be r."e reT_iirei procedures'he'e The QMP may be one =--B_I hd F;r7h as pars of their normal operation, or it may be one sc__ rosily Ces;�_ tnis Pr: e .. The Design -Build Firm shall submit a QM? within 15 working days o: ,, nt_en Notice to Proceed. A marked -up set of prints from the QC shaI be sJ:n,'tad with each raview submittal. The responsible Professional Engineers or Proessiona' Surveyor that performed the QC review. as well as the QA Manager steal' sign a statement certifying that the review was conducted_ The Design -Build Firm shall, without additional compensation, correct all errors or def'cienoies in the surveys. designs, drawings, specifications. and. or other services. I2 �'r agree Cree{ S bold Ca^ai Res'orat on Project Re, 3 ' 7 17 City or M Fiord3 Contract No RFP 15-16-03Ci No fabrication or canstri':..on a ;tivites will occur until a'i re'ated design re /'e'Ar and shop p dra1+,ing review comments are resolved 2, Construction: T'ne, Fir- shall be res; :ns,bie for deva'oping and maintalning a Construction Qua ity Control Plan. Design-BLI O Firm shall coordinate the r QC program 'ikr to the City's Cons`h_iot.cn Manager and submit for approval_ The Cit"j sn-a:l ma nt.a 1t3 to inspect The Diesign-Bull. Firm sha ' . r '.jested by t:" C;t e 1, e products and services are ba ng or: tie •n 3with the Contract D`. T.'ne J, Liaison Officer: Tn. Ctr a^d t^_ Do's s'na: des ^Hate a Lie r amid a J�.Cr Pr ;e t.Ccnst,..c_ Manage:- ,4,h r, '! be the represen`at /ecr their rescect organizat,ons for tine Project. K. Computer Automation: The Des - Lti, ro`;_fired to submit f`na' doc,rnerts and f-.es which sna _ . e Cc eel Des'2,n and Drartng ±CADDi desgn and ccorci,nate es in _ �ot�oh_ ro ^gat. L. Quality Control (QC); The Des - Fs-= r es:ons to for prov'd ng QC. Constructon Ins:e:tcn pr:1ds bjthe C,;y3 M. Testing: The Design-B i'i Fir sna:' Le respons b!e for a'I ma`.era!'s testing The City or its re ese _at ',es r, ii rot perform,cation tasting services. N Adjoining Construction Projects or Events: The D s g^-B� 'o Fie.. she Le r=spons:h e f: r coord;no`.., cDr3t7_ie on activltes o`.her cons`,-,,:'_,er' pr ,eels or e ent3 that Will be irrpacted, or may be impacted by tn:s Pro;e:i. TH3 I U;e3 pre :ts or events under the f_Jrisd:ct,on of the City 9. Design and Construction Criteria: A. General: The Design -Build Firm shall be responsible for: detailed plan checking as descnced in the RFP and Contract. Be ore construction activit:es can begin, signed and sewed design plans and calculations supporting the design must be reviewed by the City and or de3 g 'ee Submittals sha'i be complete, and shall include a'l the supporting information necessary for re,.ie,v. Upon approval by the City, the plans will be stamped -Released for Ccr-s - :tian" and in;t'a'ed and dated by the reviewer. Any construction lnitated by the Wagner Se/7cI i Canal Res ora'.on Project Rev 3 17 City of M.ami. Ford Cyr IJo RFP 15-16-030 Design-BJI!d Frm prior to rece,`l'ng signet and seale..-, plans s'.a'"^pe- 'Released for Construct:on' sha'l be a`. the scie risk of the Design-BuildaFinm. B, Utility Coordination; The De- ' B s u:. z a s,ng:e dedioated person respors b!e for managiry a'l : j cc : .,-at j, T,n s cersc+n shaH be contractually ref.eed to as the Ut Cco s.,a:,. M3-3:er and was ident 'ed in the Design -Build Firmis Prcposa:, Tre Dss:';n-E- F, 11 s iJt,!'j Ccord,nat,cr f%,lanager she'! be responsible for managing, incl_;d, ig but not !ii-sited to. the folio »ng. 1 Ensurihcc !Ts,. tj Coors "a`.ori and acit'yities are con ;acted In accordance t le CAP2 and re,of the Contract documents. 2. I d o `j',ng a { e < s : '� i' s and ccord ea,:^g any new Irs`.a iat,of s. if re _heed. parry -it s,ovi sat on packages and recorrrnend:ng itib, 'ora. d sc,T,tirat-3' C.f each permit a^cI �at,Ch based on the com:at,.o''ti of the pe.rrnit as re'ated to he Des'gn-BuildFir,. plans. 3. Scredu' g u`.Hty r-ee-.rgs keeping and di_`rib'"t,cri of rninutes r �e't•, 3 and e s r rg e {u d ent fCl :c'?, ut on a nre3 ' ed iss'�es D sirs v : - j a a .s + f _: ^ a` ;.�_s and :nahges tj s.:-e th•s fn —a7,or s propel coordinatedr le .s -n.d.+ erri ormance L..sr anyagree --eh h s �'�., �, r_ o t, r'I .. �, needed f..- c t,un of the Projecta- ing a, � Jr��^ s ni ., j and coorP:ramng Imp eme tat,on of al Lz ity Schedules. r. Res s' ut,llt,/ con. s`iIcts. 7. Uct .h . a d rrs rta n,g a :per i Sunshine State One Call tickets. -3 3 -d :j r i'-'r'rs of p's s prior to constr sit;on a:.,vit e.s 'rb'_ • agar- tC the Ir `a' ,, re _,�' to rcrarl re 0'!3 , de -energizing desctiva:.cn, re'ocat,on ut,l :,es. if required. 9. P 1'd•-'> p, _ _ _ Project updates to the City, as requested. Cc rdlhct,Cn ','.it^ the City or any Issues that arise concerning re ., C:'_,rs ,.rrent of utility r,or!t costs. as required. The Design -Build Farm shall be responsible for all utility coordi .: s11 _ Tn�sa ccorinat,.n efforts shall include. but are not limited to, permitting. r= drafting negotiating, and executi,ng al} necessary lega' agreements and admin s:er rg Jt,,t'j coordination meetings and ensuring that al! necessary permits are acquired Y'isg"er Cree.( S'';co,d C.s^ai Res orator Project Re, 3 17 17 City of NIarli_ Ford3 Cortract No RFP 15-16-030 C. Basis of Design and Work Plan The CAP2, provides the cchstructon work plan, which is generally described below, and served as the basis of the Project permits and approvals. in addition, the Design -Build Firm shall comply the Design Cnter'a Package. Both the CAP2 and Design Criteria Package can be located using this link: ht'o deirri ... on,, cn CiTP Pages, Procu-ernentQ000rtunit:es RFP 151a030 Support D'Dcurn nts html 1• Site Access Access to ",v Pro,--3:.. work a-eas within Wagner Creek and Seybold Canal is limited by high dens,t J ., y. single family residences, piirerheed utilities, and trees. Other ao ess cors'd e'atiors I," I+ode street access for trucks and other equipment, avoidance of natural habitats. aua:regro'und antzt be''•o,ti,gro'und utilities, and structures along Wagner Creek and Seybold Canal. 2. Sediment Removal D'fereint dreg rig approa:hes were considered as part of preparing the CAP2. U.tirrately it '+Las dote pined that mechanical sediment removal and handl,ng fie "od7{ :y '' rhos prcprla:e f:r` both Wagner Creek and Seyt -aid Canal. ',' tnin this method: ;", = a-e se/era! distinct mechanical sediment rer,o';al,dre{dge a� irca:nas that a' .j ao,TlIcaole, d .e to the various conditions within the OS3 Mechanical dredging using an open bucket cla,msheil, or environmental bucket, as praotical, is the best method for dredging the rea:lnes of Wagner Creek and Seybold Cana'. Mechanlca' dredging be pertormeq from the land as well as from the water- side. The selection of the appropriate mechanical sediment removal techniques proposed by he Design-F,_, '. Firm sra'H tokeinto consideration a number of factors, inchJd'rig pubi' saFety, sa' an type, access dsposa!Criteria. permit requirements. debris, ut L.es structures. cited gie. prisms. and Des:gn-Builder equipment capabilities 3. Dredge Sediment Stabilization Requirements at tr'e dispcsa' site stipulate that all materials must pass the Paint Filter Test. Because of t`1e natjre. of the sediments (i.e., wet, thixotropic). it will be necessary to add a chemically inert absorbent to the dredged sediments before transport to the approved disposal facility. Potential absorbents to be used are as follows: • Super -Absorbent Polymer (SAP) • Combinations of SAP, Bentonite and Portland Cement • Sawdust • Cement Kiln Dust • Portland Cement • Coal Derived Fly Ash (if derived from Class C coal) h Wagner Creek Seybo+d Canal Restorat,on Project Rev 3 17 17 City or Man . Florida Contract No. RFP 15-16-030 The effectiveness of the absorbent used will depend on a variety of factors. To minimize the weight of material shipped to the landfill, a SAP is the most likely material to be used. Horne ,er, a bench -scale evaluation of each of the potential absorbents .will be performed before dredging begins to determine the effectiveness an the se. ',sent, the potential for d_,st dispersion during mixing, the dosage rates (i.e. poun 3 re=l _:re; per ton of removed 5e.imentl and the est:mated cost for ea:h. The proposed a: 3 ...tints will also be analyzed .v ensure that they would not conic cute d:7'`erent or ab., i :,cnal contamination to the secr•, tints. As the Des c _; ', Firm proposed usng Portland Cement and provided pricing for same, any de iia_ c,ns sha" require approval from the City. 4, Engineering Controls and Environmental Protection The CAP2 presents the eng°neerfng controls and s.T,i!`cnmental requirements teat shall be followed: • Dredging Limit Controls • Rs -suspension and Residual Management a1 Turbidity Controls b) Protection of P,lanatees c) Boat • Water. Q'uaity Monitoring • Air Quality Monitoring • Nose Control • Ground Protection • Spill Protection • Manatee Protection 5. Waste Management Ail generated soil, d ehrs and will be ceased on the waste charactsr)zaticn analysis performed. The CAP2 presents the following waste management requirements that shall be follo'Ned: • General requirements • Waste Storage Time Limit • Labels 6. Transportation and Disposal The Design -Build Firma shall prepare Sediment and Free Dredge Water Transportation Plan before work begins in each OS based upon the dredging approach for removal operations. The plan shall include truck routes from the dredging areas to the appro'1sd disposal facility that will minimize transport through residential areas, to the extent practicable. The plan will also address the following:: ",Vaguer Creek Seyboird Ca-ar Restoration Project Re, 3 17 17 C+t.i of NI;ar,,, Fonda Cortract No. RFP 15-16-C30 Ad Lance par"ning with the appropriate City depalmsnts (police, fire. emergency services. transportation) prior to the start of York • Equipment and roadway cleaning criteria • Appro red das:gnated truck hauling routes • Nos control and specified operating times • Type and size of truck fleet • Traffic control permit requirements and contacts • Barricades, signage, and flagmen • Public sa`ety. i, Vol dement • Mao ests'birLs of Iading.weight tickets • Restoration Tne.F na' Sed Tint and Free Dre -, . _ Plan shall also stipulate v e,-,ram nor :!s r o s.sary fir te-'a-y stagn.3 !:ad J and unloading of transport a3 emetgenc e:so_,'ae pers—or e' _ -omen', and procedures in case of a sJ It, The CAP2 and technica, seep , .atOns ;resent the lP,aste trer,sc rtation and disposal rett Leo ,t3 tr3F s all be fc Based on n,s:7' gal infor;m 1 on provided in he CAP2. T -C,3 i ,'/a ir-er Cre='{ and S.aybo d Cana 3ed is ,-oaf to have ori^g rated In ru^o`T r�._ --.,,�1_-J, tray- i "����� asn stag �n� aree wh .h operated on I`J11�/ 20h Street- o ^l Jnt to i ate,d .it, CFR t. 3�.� . is n;,. con. rn,r�u... a listed �r,a� _e as dvr'n:.a 1n =�3 r Pa: 2=' S,:,pant D. Therefore. the, b/agoer Canal sedlments have been characterized as no--haza"deus based on 43 CFR Part 281 Subpart C, and compared to t, e uispcSa accepta n:e criteria for TEQ a; d other contaminants. 7. Restoration A__ess to trio Wagner Crsek dredging aa.as may require en,t.:y into some of the ad;acent 13" • naps prose lies. In t tese cases once access agreements are secured by the De3, d--BJi'd F',rm, temporary property mpirli ca..ons may be required re,n..ve'-nl':Ie access to sediment removal areas: these areas shall be rastarec to pre -dredging conditions by the Design -Build Firm, immediately after work is complete. Panned restoration a t .sites may include, but are not limited to, fence rsnails' eplaoament, replacement of ground cover, and re -installation of any land -based pnla car structures cr utilities and repair of parking areas and curbs. The appropriate level orf planning and record -keeping will be used during construction to minimize the need for restoration activities. Planned restoration .activities, within the scope of this Proiect, do not include repairs or replacement of structures compromised due to removal of sediments from the watenhays Toe void disturbance of in -water structures due to dredging, the proposed dredge cut lines and Grades shown on the cross -sections in Volume 3 of the CAP2, Section 5 shall be field - verified in order tb remove the maximum extent of sediment possible without 'r'iagr'er Creek Seybold Canal Restcret.on Project Re, 3 17 17 City of �,La�; i Forida Contract No RFP 13-16-030 con -pi -prising structures located adjacent to or within the designated dredging area, These restoration activities will be evaluated on a case -by -case basis and addressed as specified in the Contract. 8, DesFgn Documentation, Computations and Quantities The. Design -Build Firm shall submit to the City design notes and computations to document the design conclusions rea:led during the development of the construction ni ins Tre dle:s;gn notes arJ computation sheets shall be fully titled, numbered. dated, indexed, a signed by the de5:gner and tine, checker. CornpL.te- output forms and other oversized sheets sna'! FDIdedi tJ a stand ri s.:e 8 = X 1 1" . The databe in aback folder shal a hard-back st rrit ' to the C. At t,-e Project completion:. a f ,Ta' s:_ of design notes and doh -pi itations s.g' ed and sea' -as by the Design-B,_11-_,' F- s'he ce s._,br^;t:ed with the roc...:rC set of plans and tracings. The des ;n calculations shall include, but not de limited to, the following data: • Design standards • Design calculations • Doc". r en Cr _j ,L C s ▪ S r'ia j deta is Survey Details Tre CA.'32 sna!1 pro i_ the apprca:h, is general/ described below, The Des. igh-E.dili Firm s .-... pet , a Pre -Cons`. 1__.en Sur.,,e, the use of video and still photography on each property a7';agent to the work areas, Identifying the existing a - the - - - �a^ C.,n� ti_�ns c' r� c��,.,,� ;y � y oth., it o,ement of such property may be a'ifecteol by tne. a�_ : on. the Des.gh-S,_.''C r-!"m sr'a.1 pro.,ide each owner with a 000ii of the, s._ir e and ha ,e each ne s gn an a f da,it acknov5,»edg nc tne results of the Each 0',`,.r„r s.ha'! be g,,en the op 'tun vied oconstruction -�• � ..G It} t0 rt�,. the VI e�. No Cons, JCt;Gn o:e et:ors 'lr''ii be al c'rt,ei . _ : the Pre -Constriction Survey is completed, signed by the owner, and submitted to the City. Once the ,i ork activities are complete fur a given OS, the Design -Build Firm shall perform a Post-Cc,nstruction Survey for each property in the Pre -Construction Survey, identifying any ne,v or additional damage to the property, or to any improvements an such property, as compared to the Pre -Construction Survey. Provide each property owner with a copy of the Post -Construction Survey for their property and the Specialty Engineer's assessment indicating the presence of damage or no damage, and in the event of ag the Specialty Engineer's assessment of whether the observed damage in relation to the Pre -Construction Survey is or is not the result of the Design -Build Fires work, and have each owner ackna;vledge receipt. I� Wagner Cree Se iboid Canal Restorat on Project Rev 3 17 17 City or orda Contact No P,FP 15-16-O3o For each property where no new or add,tiona' damage. is identified in the Post- ConstrJctIon Survey the Design -Build Firm's Specialty Engineer sha,l. within 30 caandar days. ce tify no damage was caused by the work. In the e',ent this certification Is disputed by a property owner, the Design -Build Firm snail resolve s.,c,h dispute in god faith within 30 oaten -Jar days of notification of the dispute. and disclose any re'ated unresolved disputes or suits after Fine" Acceptance. Should the Des,.g^-B.i'd Firm fail to resolve the dispute within 30 days, in accordance with the Engineer may, upon 43 hours' notice, proceed to repair, rebuild, or f ' =ise restore s'joh property as may be necessar and th e deemedy. City deduct _ e. _ . erect fr7m a-y mcn;es due to or Which may become due the Design -Build Firm un__ t,-., Contract. Fo— ,a Croce Ly where rev or add:t,ona -de.--'a3C Is ide .if`.ec'' In t,.. Post-ConstrJction S rt,ie the es' n ty ❑ g -5'J{' Firm's S^'ulaiy En, Jeer She.,l, 4Y''nin 30 CU!ellddr days de`emitin e If tine da:77acould be reasona5fy at [ to the Design -Build Firm's work, and I' such is the case repair the damage or se!t c anyjust clam for repars from p f m darnag., 3G dais. and provide evidence to the Engineer of such settlement, or of the property owner s a 'ee, nent and acceptance of repairs. be`ore Final Acceptance. i.� ;'e '_ t ier prccert1 owner, re.sci',e such tsaute in good fa . ';, : a a- da.ts of not;fcaton of i"'e �+'.su.tl, Disclose any ed related unresolN, u a a sc'�:es 1 a,.er r re. Acceptance Sout! the Design-3 F�-�fail to resolve the C 3 'J' v'r'_ . 30 days. In accordance r,' t e Con" -act.. the ETg 'eer may, up cn pcn 3 hour;" .:ce p- ceed r�'c-� ;� t.,, .e to rpa'r, rebuild. or t7ther,+r`ae restore such property as may be deemed sn- the City will deduct the cost thereof from any monies due or which may become due the Desgn-Build Firm under the Contract. F . _ Posit-Cons`.,`u t cr: Sur,i J y and re'ated cer ifications as descrited abo'ie to the City p.,o- to the de.`_ of final ac. -, lance per the Contract. 10. Reimbursement Reporting The Des gin -Build Firm shall be responsible for the preparation, +,+,ith the City's Finance Deport hen'. of ail reimbursement packages for the loan and grant agreements, D, Shop Drawings: The Design -Build Firm shall be responsible for the preparation and approval of all Shop Drawings. Shop Drawings sha:l be submitted to the City and shall bear the stamp and signature of the Design -Build Firms Engineer of Record (EOR), and Specialty Engineer, as appropria`e. The City +,vill review the Shop Drawings to evaluate compliance with Project requirements and provide any findings to the Design -Build Firm. The City's procedural review of Shop Drawings wa,cu!d be to assure that the Design -Build Firms EOR has approved and signed the dra dings: the drawings have been independently reviewed and are in general +dVagrer Creek Se jeo6ci Canal Res!oratt:on Project Rai 3 17 17 Clt/ o` Milani For d'a Con;~act No RFP 13-16-030 conformance with, the pleas. The City s review would not be construed as a complete and detailed relie',5i, Shop Dra,,iings sTbnittais must be accompanied by sufficient information for adjoining components or e-e33 of work to alhow for proper v la',.ation of sacs•; Snoo Dra,v'ngs sJbrnitted for re'»ew E. Sequence of Construction: Cc,struot,pn au_. , es shall not commence untl the Pro-Cchstruot,cn Survey is completo'd an. a__ pt ri t;ne Cif,, The Design -Build Firm s;ra'l construct the 5,k,ork in a logical man er and .i,,,th the following objectives: • No inhpaett to the o:o-s ons • ni m __ tine in''pa.t ut:llts • M ail feq !red M3 rtsna,nce of Trarfie (MCI) + h tme o'reraii time for construction F. Hours of Operation T C +1 ; _ +'a_ i� c:nstr uc.t on aLti'i'- es may be l.r'.d '`a'r.en frcr'n 3 CCam to 5 GOpm t'' _ '•1 Inf Sa. ," a j si:( (5) :3ys per week. Hoyie'/e . the CAP2 requites son'e e, _ n'onit Any il,c'k pe-formed outside of the hours a ic,,,eet by the City. b'a'I J�� be t t, a a` by the City a-d co,rrpiia,.ce Its, a d -- -_ :tie- �_., �,�a ar �ie per r-I includinc Y+'trout 1.ntta:.or. r, .s='A,? 'furs 3s apclicabta, G. Stormwater Pollution Prevention Plans (SWPPP): Tie Des ~n-E1'', Firm shall prepare an Erosion Control Pan that complies with tine Storm 'Nate- Pc _n. Pre ieht o^ Plan (STIPPP) a3 by the Nst:.,na! PJlut,on ❑'ischarge E 1 System (N?DES). I -I. Maintenance of Traffic (MOT): MOT the Project. sha' co lane cies-res flagmen, and settir,g of trs`f'c control art.; tpim_ t and signage. Lane and street closures shall be coordinated v' t- the Florida Decart lent of Transportation (FDOT) for y,ork as applicable, and may a so require ire County City approval. In addition, prior notification of adjacent landowners seal' occur. Closure pians shall be developed and submitted to the City, and weft in ad.rance of anticipated closure dates. 1. Traffic Control Analysis: The Design -Build Firm shall design a safe and effective Temporary Traffic Control (TTC1 Plan to move vehicular traffic during all phases of construction. The areas shall include, but are not limited to, construction phasing, utility relocation, drainage structures, signalization, ditches. front slopes. back, slopes, drop offs within clear zone. and traffic monitoring sites. ', 3c-er Cree4, Seybold Canal Restoraton Project Re i 3 17 17 City of Miami For d Contract No R,FP 15-16-030 The TTC Plan sera;l address how to assist with mairte. ance of traffic throughout the duration of the Contract. The TTC Plan shall be prepared by a certified desig-er +rrho has completed the FDOTs tra nirg course, and in accordance with FDOTs Des,gn St.a-cla-ds a'd the Roadway Plans Preparation Manual. 2. Temporary Traffic Control Plans: - D, r„ -�'s'gn-Q�i-� - s"a'! utilize Index. Series 600 of FOOT Design Sta,'ida;d5, where be inadequate.e =`a a detailed TTC Plan shall be d c°eyed. The D.e; gn-BL_,• = Firm shall prepare plan sheets notes. and details to include the fog"��°,r , typical su7,._ o s), genera' rotes and construction sequence sheens). ca do a sees a` =u , �l plan sheens). The ,s.gn-8u'd F,.-n sha!} prepare -,ee pia- s,3 such as cross sections prof -as s_'i_,._ti. es. retaining wall details. and sheet piing as fneoessary for proper ccnstraucton a^d implementation of the TTC Plan. 3. Traffic Control Restrictions: lahe c°7suCs n' st be reported to the Const-'_ctlon Ehgrineenng Inspectors, local „�, rastio-oeai;eihfes the a the City tPub; c in crrna-cn Off;cer and Pro,ecit Tager) i. Environmental Servlce5'Permits: The e Dos �n ��� ' r, , Sr„-3 • , ,c° tie for preparing dproposing constructon � ._ . :� rs � pr ;.ar�rg ues,yns and methods that are ccns,ste t with the x:sting permits. J. Landscape Plans: Tne Des ;fin-3_!'i r , re'ocate Inside tre right of hay, existing landscaping impacted icy the const, „ct,on a E,o sar^e when vcork is completed. K. Health and Safety: The Des -S_ "d 5 1; utilize a single dedicated person respons;Uie for health and ssfe_1 t rougha it the perrorrnance of the work, to implement, monitor. and enforce the Site Sa-e`y Plan. This person shall be contractually referred to as the Heath and Safety Manage- (FISM) and was identified in the Design -Build Firm's proposal. The Health and Safety Manager shall. have no other duties. The Design -Budd Firm shall notify the City in writng of any change in the identity of the He.a!th and Safety Manager. The Health and Safety Manager shall be approved by the City In addition. consistent with the CAP2, it is the Design -Build Firm's responsibility to determine if one person on site during construction activities is adequate for the work they are performing or if a Safety Trained Supervisor i STS) is also required to assist the HSM1 in his/her duties_ 2l 'i',agner CreeK Sejboid Car Restoraton Project Rai, 3 17 17 Cit1 of Mar F cr -' =' Con,r oct No P,FP 1 i-16-037 10. Legal Requirements The Contract is s _ bij rct to all applicable Federal, State, County, City and local laws, codes, ord 'ances, rules and regulations, the loan documents and the grant agreements. that in any affect any and all of the services co\iered herein_ Lack of knowledge by the Design -Build 3.ha'1 In r'ro way be cause for relief from responstllity for comp:lan. e with these red_ rer^ents. Design-BJ Id Firm shall fully comply with all applicable Federal. State and local la ,,s r_.'es and nag _; loan and grant requirements. The foregoing will be considered as par,. of the es cF re, rnence of the Design -Build Firm under the Cont, aot. 11. Non -Appropriation of Funds In he eient hat Ins *f tic f,_,nds are appropriated and budgeting or funding i3 otherwse Gra,a• acie in a"/ fiscal pefor thst Project, the City s;na'l ha tn ,, unc,ua' f'ed right to terminate the Cont.-,act u:on written Hitt :e to the 'Des 1 i� t a -,a t or expensethe Design-S�ii u Fir , „ �,o�,,. ^y ce� I to City. lN. guarantee ';', 'a t esentaton is made that any pa-t.ou'a"work orany project(s) will be assigned to any f,rn-i,$). 12. Business Tax Receipt Ces'; Bu ,d F.tirn s-;a omeet the City's Business Ta c Receipt ( 'BTR,") re ; sire"eats in accordance Cho, et J' . c I c `=-mod '` tne City of 1�,� a^1i Code, as a-,,., ..-� .-; and any r�i1.. ., County Susirtess Ta S. Re•da (' .. n. -.,, BTR-). Des gn-8u1'd Binh •r41: n a :us ".es5 lci_a` r outside the Ceti, s``:�1 meet a" app'iIoacie lilcal BTR requirements 13. Minium Qualification Requirements A. General Contractor (a component of the Design -Build Team) T re City ba3 con`rec:e'1 ',.,:tn a qualified and experience; Design -Build Team, as defined in §2 7.C=Y Fiorida S:arates including a Genera' Contractor -as the lead firm. The City has t- n n E i�f c ti reliedon the Des yn-B�>ai'd's Firm's proposal to Ue.:r, � �e that r-;�,��nlum q�,a�,���.,a_ ons have teen me: for the General Contractor. The Genera: Contractor shall: a) PDss,Ss a nn ;^:;ii,_. of five (5) years of experience as a prime dredging contractor and hold a current aoti,e, certified license as a General Contractor, under its current bus:Tess harr,e. as authorized to do business in tine State of Florida. bi Hare e xper'e :e as the prime dredging contractor in at least three (3) projects of s Hills' s:nce and complexity (e.g., contaminants such as dioxin. dredging with sed ment .voiunne,s equal to, or greater than 45,000 cubic yards, in an urban/populated locat:on and with a contract value of S5 million, etc.). c1 Have a proven record of successfully completing projects consisting of the following components: marine dredging, sediment management, transportation and disposal of contaminated sediments and debris, maintenance of traffic, signage, underground and overhead utilities, excavation and site work. -11 U'lagrer Cree Seibold Canal Restoration Project Re, 3 17 17 City of N1 T-- Ccnt-art I`lo RFP 15-15-030 B. Design -Build Firm The Cty has rel:e'd on the Design-Build's Firm proposal Li: determine that minimum �a 1`icat,ons have been met for the Design -Build Firm. A Design -Build Firm is a firm complying with all requirements of Section 287.055, Florida Statutes and as defined th er e'r In 3e^era sibjevt to limited exceptions below, the Design -Build Firm shad: Nai3 s rmni rurr f:ve (5) years of experience, under Its current bus'ness ramie, pe-forming as a Des'g--B,J,Firm for similar projects of similar scope and complexity. The City , ozn.s , e- a ,Pr pcsa' from a De gn-B�iid Firm, as defined in Section 237.055. where a Des yn-B H Firm has less t".an the stloulated ,w =? "i er e-c ur-,c.'er Its current ness ira-'e a^d, 1„er7 the ma Dr:), the Des j^ E_J•Id Firms principals and,or n .:a r a e t'e stipulated m:n17%M e^ (13" yaws ro"e,ert c'ro -:t experience for a: Fast three (3, pr.o'e; is of s-imi'ar scope, c?r t tJ ie c�rta-rinanits such as oxin. d e_ ,`,I:.h sediment volumes e ' 1: f..r 4' yards. i � g'.at.. .�a� 45.000 cubic ya,t.,s. n an _. .3_=ei location and with a cor.-a:t v or 3:: etc.), and stall ha /e thre': i 3^ -doss one' and or ce .r cat �s as required of Key Personnel. 4s e{ _ tote f ems_ c 20 055. Florida. Srattes: : -ch-oi f-r..., ,'e ;,sup ,e-sn'o corpora -on or ct _ . t7 that: i a i f P t3 engage ir: _ _ . _ a cart +'e or r 3. -� i _ -, .�,"' .��_ "a �t.7r cr a cert,f ear cr r: �y` cor`7a „ter as . e qua'ir» 'g agent: or _. .s ettt c. s 271.023 to pra.:tice or t3 W =-1,- to practice : : _Bering. ce . s. 4131. 21 ? to practice or to c,`er t� practice a, - -. cr:_ re: or ce .t T : 1 +, �, er s. 431.31 to practice or to °For to pract:;e la,:dsca,^e arc^ t: 3t_ire. I A ..des 3n-b_,'ltl co -tract" means a s":g.e v_-:cart w.t,n a design -build ftr and construction of a ^ construction project. A crir a package' means c: :'��, performance -oriented a'e'r ngs or specifications of the construction project. The ,c'_ rpcse of des gn n criteria package is to f.irnish safaciar't 1rr2r7at:on to permit design -build firms to prepare a bid or a response t7 age ncy s request for proposal. or to permit an agency to enter into a negotiated design -build contract. The design criteria package must specify perflrma.nce-based criteria for the public construction project. including the legal description of the site. survey information concerning the site. interior space requirements. material quality standards. schematic layouts and conceptual design criteria of the project. cost or budget estimates. design and construction schedules. site development requirements. provisions for utilities. stormwater retention and disposal. and parking requirements applicable to the project. (k) A "design criteria professional' means a firm who holds a current certificate of registration under chapter 431 to practice architecture or landscape architecture or a firm who holds a current certificate as a ,3 ''i`/agner Cree< Se/oold Cana! Restoreion Protect Rev 3 17 17 City of NI,anni Flcrda Contract No RFr- 13-16-G3G regfsterecl engineer under chapter 471 to practice engineer: -v who is e-7plojed by or under contract to the agency for the pr:;v ding of prc/ 53!cra! architect services. landscape architect sere+ces. or ;r g ser.rrces in connection with the preoarat'on of the design C. Key Personnel The Des gn 8 _. F r s 'Jvc k shall be directed and performed by Key Personnel i e =,d In the I err oa` Proposal by the Design -Build Firm and sihal consist of the f „ ^g list C.,F Ind v ua • P oject ,,tanager • Des gn kLai- -- - Enginee. • Qua .._Jra-1ce Quality Cs nitro! (OA/QC) Manager • .i,ity Coo .:Inatlen Manager • l'.11 nth �''� S t;' %,`ag r • PL:bllc irf'or"'atlor iklar'agr • C nrr3:tom Cior pis ,l Specie ist • Fins c ' :droll. 'e 3pjecia .st ire Lit! r�, .-� 1 Ille7.i ,-EJ,Id Firms Pr -diesel to dete,-n-!re that Design -Build Flrm's r,_ f sonr_. ra3 e minimum q alifi. aeons rcii_jrer gents for Key Personnel, The reqilreThentsareasfl1o‘,+Js: a l Project Manager she'' ha ie a minimum of ten (10) years of experience (egg , resvcns if a for d' _:, c ory,nating. a,'l aotvitles thro!in"-cut tree life of the project) fur at lest three t3) wr cf simile.' scope and compla,xity = contaminants soon as dioic:n d'edg "g sediment ,:oi:..imes equai to, or g.reat=r than 45,000 cubic yar'os.. pr e acl�. in an urban:populated location and ',With a cone.-; ,t value of on m Ilion, etc,). The Project Manager is not expected to be on -site et ail t r"es. b I Design Manager s'ha'l be a professional engineer (PE) licensed in the State of Florida nll`r = te,n (10) years of experience (e.g respons bie for managing all the a ti ilt.es to t'_ , J_: the design drayiings) for at least three (3) projects of similar scope and complat:.i, e g . contaminants such as dioxin, dredging with sediment volumes eqJal to, or greater than 45,000 cubic yards, preferably in an urban/populated location and with a contract value of S5 million, etc.). The Design Manager will be considered the Design -Builder Firm's Engineer of Record. c) Construction Manager shall have a minimum of ten (10) years of experience serving as a const,ruct.on manager (e.g., responsible for the principal and lead person on -site planning coordination, and control cf the project, da.ly rranagrrrent of construction a t:vites and personnel and administration of the construction contract) far at least 24 Vlagnef CreeK Seine. Ca -at Res..era: an Protect Rev 3 17 17 City of gam", Florda Contract No RFP 15-15-03D three (3) projects of sin -der scope and complexity (e.g , Contaminants such as drox;n, dredging with sediment volumes equal to, or greater than 45,000 cubic yards. preferably in an urban/populated location and wrrth a contract value cf $5 million, etc.) The Construction P,1a pager is expected to be on -site at all times. d } Structural Engineer shall be a professional engineer (PE) licensed in the State of Florida with a rnin,h--_,r- of ten (10) years of experience (e.g , responsible for creating d`a 5 ngs aid s:er l'ra.tions, performing calculations. re'newing the work of other eng'neers and construction activities) for at least three (3) projects of similar scope and e g , contaminants such as dioxin, dredging with sediment vo' `yes eg'-:' to, or greater than 45,000 cubic yards, preferably in an urban/populated Iccat'cr aid a con_ -a: va'hue of $5 million, etc.). This requirement must be met prior tic the e any oontract as a resit of this RFP. In the event this Kay Perscn'el met. et eec'ed the rsru-:��� ; noted aCo,re in anon �er saes), and ha',e in,t'a:e:1 the , recess to c`'ta R the Ptne from the other "'s) :must Florida.�'•.E. license r", e b= s':ubr,i_te• at tre t.rre of submission of the proposal. e) Construction Quality Assurance! Quality Control (QAJQC) Manager shall have a cf ten M 0, yea-s of experience (e.g rest. f na� "31�� �r r1a, 7; afld N rf.-.;rr-Hng c'a Cua 't/ Assura7-loe' _t�c ensure t ccrst,_�ed _clor:Jnce the establ shed standards serving as a Q'A,Q arta_ for a: least three 13) projects of s r`i ar 37_7c7;,ie a d ccrr,o exy f e CC -flea a,ts s : es d O'C.^ '" a,g g,1yr s dlr ent , '� Y3 =a_ a,'.". Or greater 15 CC ' ^�-, ya- } Yi'�y. a ly 1n u'4 ta pop"u!a ei 3 of 5 r .�cn etc.} and ha,•e a Cent _ICon Qua:ty n _ -. r;�r Cor.:,-at._rs aye certif cation. fj Utility Coordination Manager shall have a minimum of ten (10) years of experience perforr n,»c utility coor: nation In accordance with City. County. Fdcrnda Department of Tra sportat,cn iFDOT) ,r o,th r utiUty standards. pol .Cies. and :l.,re3 knowledge of the City. County FDOT, or other utility plans product.': n process and utility c'ccrI'raton practices and knowledge of City. County, FDOT, cr other utility agree-Ae-its, standards, policies, and procedures. g, Health and Safety Manager shall have a minimum of ten (10) years of experience -_ .ri, vas a he ia:ith and safety manager for at least three (3)projects O siscope p l� f m{jar and con -pie,,.::., ;e.g , contaminants such as dioxin, dredging with sediment volumes ed -a' to: or •_;peaty.. than 45 COO cubic yards, preferably in an urban/populated location and with a cn•ntraot value cf $5 million, etc.), satisfactory completed OSHA 40 hours initial training in Hazardous Waste Site Field Investigation, 3 days onsite apprenticeship, and 8 hours of specialized training, possess a current certification in cardiopulmonary resuscitation (CPR) and multimedia first aid (and attended refresher training within the past 12 months), knowledge of emergency preparedness techniques and considerations, including onsite aocidents'exposure, procedures for medical emergencies and heat stress and cold stress prevention. symptcmology, and treatment. specific familiarity with OSHA regulations for general industry (29 CFR 25 ?ragner Creak 3ey7oyd Canal Res'or3: on Project Rev 3 17 17 Gty of Morn', For da Con' -act No RFP 13-10-030 1910) and the construction industry (29 CFR 1926). OSHA 19-hour Ccnstruct:on Saety training ,referred, experience in implementing tne above -cited OSHA regulations as a designated Health and Safety Manager, experience working on one or more haza-'taus 'niaste s.tes. experience with the types or a._ivit;es that will be corductad at the Site and experience ihith air monitoring equipment operation (if required), h� Public information Manager shall have ten (10) years of experience serving as a F'�v rn'a ,cn r"d'l ;-?.r for at least three (3) municipal construction projects and e cer.;;e, -nand; ng moult -media communication programs. it Contracts Compliance Specialist snail have ten (10) years of experience serving as a contrasts corn01i3.-C - specia'ist for at leas` three (3) municipal construction projects. Tre Cor.-e:ts Cc.r arce Specia;ist she:' comply w'n all finano'a aisispit.ilated ,, _ni, s:._, :es of tne Cr_ak and Set o': Dredging Project inc., FI`,D grants a.nd State Revolving Fund (SRF) loan requirements and USAGE. FDEP�ar ' DERM permit applications special and general co nu,�} ' p ions, complia^i'.e a'd recert:`.cation processes All prepare rer:.orts, submit documents and ccr respo •de ices as required by the USACE, FDEF and DERM, j a Financial Compliance Specialist s`,'aJ1 bea State of Flo-: _ ons�d CP1 ,', }n ID years of L (;.term, e i'i- a i; Vr Genera. / Accepted A co' r' .ng Principlesit P!. General Account:no J s ,C. S J_'fe .me ;t Accounting Ste -de -ids _ ''J,11SSI 'Must ha'+ 'o t'f :c, Ante _. fejc'e`al, state and local go',ernment la,+.s a,i= _ =ns re a.u,J to gra-it contra:is. ati e� _ _ � ,�3_r�`,C+ii and related to go',Cr-•i =n.u, pricgra'"- re h.- .l rse m its_have prior l', crk experience and Linuerstanding of grant f'_;nd'ng g`- and grant accounting using fed rai and state rules and r �u at;o s go'eerninc grants for public sector grantees; Demonstrate ng 'knowledge of grant J ,,inist'a`ion processes. includ ng reporting record a a afire r` support. ccn`r=„t pcirol'a,�.-o em,a closeout, Aoii ty to analyze and systenat.ca L - t :chn E �f �^ � ice s:at,s oa :rf. r"'at:on to prepare correspondence and reports; i tic 4 er ..r �. r`.n0',t row �. r,.r2f invoices r i,'.',L !n ,_ ..es and billings, collect funds f-om the grantors. ccndiriot grant c'osecuts and pre. Liiire and maintain grant records; Know hold to prepare reimbursement Cccu17e.a`�,� -,rn ra o`_ad to governmental loan program and reporting� compliance for chased de.,e -pin ent funding, D. Field Personnel The Design -Build Firms field personnel, including applicable Key Personnel, snail have completed 40-Hour HAZWOPER OSHA Training (OSHA 29 CFR 1010.120te)(4) and possess a current certification. 14. Community Business Enterprise Requirements The City Manager has made a written finding that deems the requirements of the Community Business Enterprise requirements set forth in Section 13-87(p), City Code. are not applicable to this Contract due to the unique nature of the highly specialized work being required Vi3grer CreeK Se:ioo1d Canaor/ Project Ref 3 17 17 City of M am. Florida Contract No RFP 15-16-030 15. Local Workforce Participation Requirements The City Manager has made .a ,vritten finding that Local Workforce Participation requirements set forth in Section 18-891j, City Code, are not feasible for this RFP due to the unique nature of the highly specialized work being required. 16, Project Schedule The City relied on the Design-BuA Firm's Proposal to determine that the Design -Build Firm's Project Schedule demonstrated adequacy; the Negotiated Project Schedule is attached hereto as Exhibit 82. 17. Schedule of Values The Cite relied on the Des g^-Bard F rm's Proposal to determine that the Design -Build Firm's Schedule' of values (soe'7d dc`,+m cur1ei based on the Project Schedule, demonstrated adequacy: the Negotiated Schedule of o,'a:ues is attached hereto as Exhibit C2. 18. Performance and Payment Bond Re{er to Exhibit E 19. Price The Price is based upon and includes a,-y and all costs or expenses to be incurred by the Deslgn- Build Firm In ccmp'et,ng a'I as,-ects OF the design -build Project. including but not limited to design. plans approval. perm'ttng cohstru.t:on, certfcatlor. close-out and start-up of the Project. The Price, in addition to a!l d r ect costs a" d expenses. includes all other costs and expenses including but not limited to s_ch costs as the Design-Bui)d Firm's general, administrative and overhead costs: project management and s..oervisory costs: a'I fees, charges and taxes: labor, direct and indirect payroll costs• insurance and bond costs; cost of equipment, material, tools and transportation, and cpe-at,ng margin (profit). Refer to Exhibit C1 for Negotiated Price 20. Subcontractor/Subconsultants'Supplier Information For the purpose of this Contract. "Suoconsultant" and ..Subcontractor" are used interchangeably. A Subconsultant or Subcontractor is any individual, firm, entity. or organization, other than the employees of the Design, -Build Firm, who has or will have a contract with the Design -Build Firm to assist in the performance of services required under this Contract, A Subconsultant shall be paid directly by the Design -Build Firm, and not paid directly by the City. The City retains the right to accept or reject any Subconsultant proposed in the Design -Build Firm's Proposal, or proposed prior to Contract execution. Any and all liabilities regarding the use of a Subconsultant shall be borne solely by the Design -Build Firm, and insurance for each Subconsultant must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither the Design -Build Firm nor any of its Subconsuitants are considered to be employees, partners, affiliates, or agents of the City. Design -Build firm is expressly prohibited from substituting Subconsultants or Subcontractors without prior approval of the City. Listed below are the Subconsultants'Subcontracters listed in Design -Build Firm's Proposal: \ iagner CreeK Seybod Canal Restoration Project Rev 3 17 17 City of P,t ami, Ficr:da Contract No_ RFP 15-16-030 Figure 3: Subconsuftants/Subcontractors Listing Name of Firm Consulting Field/Discipline 1 AECOM Technical Servces. Inc. Design. QCIQC 2 Angie Brewer & Associates. Inc. Contract Compliance 3 Media Relations Group. Inc. Public Involvement 4 The Sharpton Group Financial Compliance 5 Arc Suriey'ng & slapping Inc. Surveying & Mapping 6 'idaste, F,lana,emert i`N :n-Ha:a'ous Disposal 7 Viasta IMana-gemen' Cresse- Hazardous Disposal 8 Cliff Berry, Inc. 'Wastewater Disposal 9 Test America Laboratory Testing 1,3 G,ynn Gectecbnica! Eng,nea- ng Structural Engineering 21. Reference Documents ReferencedJ' C'l ?e. is a oroiieleiC vvt.1 tnis Contract for ref.erence and genera: In`crm atcn Tcurcoses. an. a -a Uv,ng f o`pera`ed into, and are being made part of the Contract dccurrients or any ot^er d. ,urnents that are connected or related to this Project. ex:a2t a3 cthe-,',rise sp ciflca;'y stated hV e n. No information contained in these referenced historical permit C.DCUment3 shall be constri.ec' as a rec,f���enta`ion of any current field condition or any s:eta m2n', of facts upon 'rilh c t ? Design-Bu Farm can rely upon in the perfcrr-a" ce of this Contract. A,n inF rmat,cn cr-a ^ems in t"��e referenced documents must be verified, by a proper factual Invest,gatcn, The Dea -'-EId Fin agrees that by accepting copies of the r,storical permit documents. any and a ; cams fJr damages, tome or any other impacts based upon the documents are. expressly 15rai lei Refer to Apppen :,x 1: Documents 1,!atrix fcr links to a'I reference documents: htto:Hdev.miamidov.com/CITPipaces!ProcurernentOpportunities/RFP 1516030 Support Documents,htnif 22. Attachments/Exhibits Attachments and Exhibits listed are hereby incorporated into and made a part of this Contra Refer to Appendix 1: Documents Matrix for links to all reference documents htto dev.mIamidov.cor .CiTP Pades.'ProcurementOpoortunities'RFP 1516'330 Support Docu ments.html: Wagner Creek Sejbold Canal Restoration Project Rei 3 17 17 at} or Pam,i. F:arda Contract No RFP 15-16-030 Appendix 1 Documents Matrix Please use the, followng link and attached Documents Matrix to access the PDF files electronically for Attachments and Exhibits related to this Contract. http,//dev.miamigov,com/CITP/Pages/ProcurementOpoortunities/RFP 1516030 Support Documents.html Reference item Exhitit ,Ex;nctA Document Reg Jest for Praposas (RFP) No. 15-1 c-030 Design Build Service; or. the Wagner Crete :, and Seybold Canal Res` -a`ion Project. B-50043 Adder:i'a for R crest for Proposals (RFP) No 15-16-030 Erhitit Ed 'Se,ensor s Neg'.ot'ated Project Schedule Exhibit C1 'Sei,enson's Negotiated Price 'Exhibit C2 Document' Type/Link (PDF) (PDF) Seen sc,n's Negotated Schedule of Values Exhibit C3 .Se'./enson Er'vfeonmental Services, I.nc's (Seienson) Aiternae ;Technical Concept (ATC) Proposal Ex'- v `- C3 .Se /enson's ATC Pr ;ce Proposal � _.< :oit Ct -S _,0en3�;�r A T 'D Proposal Presentation 'ph. v't C3 Se'r"n.5on J Pr.00seC Schedule of Varies E e„`"r'b C3 Sevens.on's Proposed Project Schedule • Ji 1-1 r'7-Be, :in Act 1,5rages a.-'d Benefits Rate Schedule 'De_.g i Criteria Package. - Revision 1 IN 'A :=n o'naering Standards N A i,Arcro'Ja1 Letter for Corrective Atiticn Plan (CAP) - Version 2, August I2009 (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) 1 (PDF) (PDF) (PDF) Corrective Plan (CAP) - Version 2, Volume 1, August 2009 [N/A CAP - Verson 2, Volume 2, August 2009 ii`1,`A CAP - Version 2 Volume 3, August 2009 NIA ilM am -Dade County Department of Environmental Resources 11v lanagernent (DERM) Class 1 Permit 1DER,M Environmental Resource Permit - Extension Letter N/A NA N,'A N/A N"A N/A Florida Department of Environmental Protection (FDEP) Environmental Resource Permit FDEP Environmental Resource Permit - Extension Letter United States Army Corps of Engineers (USAGE) Permit - City of 'M anni Wagner- Creek (NW -AG) USACE Permit - City of Miami (LP -AG) USACE Permit - City of Miami (NW33-AG) USACE Permit - Crass Sections 1,4 (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) (PDF) PDF) (PDFI V1egner Creek Seyboid Canal Restorat,on Project Rev 3 17 1 7 City of Warn, Fonda Cartract No RFP 15-16-030 N, A USACE Permit - Plan View{PDFr N, A ;USACE Permit - Extension 1 (PDF) N A USACE Permit - Extension 2 (PDF) ..-a c�M A -.SRF Loa^ a. ment: and Disbursement Request Package (PDF) ,^ (PDF)...3shrne,; RSaL.] Ret_ ,'^. Fard ( SRF) Program Suopiern ntary Conditions A".3 ^r---7.._ C S`e`_ A:.:- A~ e,ment a^d Disbursement Request Package ' tPDF1 A.,achr^e-. D , I --� t ._ a �a D+s.r;ct (FIND) Grant Agreement3 and FIND A.: eme _ D•_-_.-cement y (PDF) II A Eres on and Sedmentet,on Control Inspector's (PDF) End of Document 1`lagrer Creek Sey'Dcld Canal Restaralon Project P,a •f 3 17 17 City of Miami. Florida C,:ntr3 t No. RFP 15-16-030 EXHIBIT 82 NEGOTJATED PROJECT SCHEDULE 89 r' 3oner Cr3ek Sayt:cly Can Rastor3t,on Pr^j ct R r 3 17 17 Design Build Services for Wagner Creek/5eybold Canal ALTERNATE BID ID Task Task Name Duration start Finish Predecessors Cost 0 Mode 2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quart Mar Ap May Jun Jul Aug Sep_ Oct Nov Dec Jan Feb Mar Apr 1 p Wagner Creek/5eybold Canal 274 days Fri 3/31/17 Mon 3/12/18 2 ® , Notice To Precede City of Miami 0 days Fri 3/31/17 Fri 3/31/17 3 p Performance and Payment Bonds and Taxes 0 days Mon 4/3/17 Mon 4/3/17 2FS+2 days 4 p Onsite Preconstruction Meeting 2 days Tue 5/9/17 Wed 5/10/17 21 $18,400,140 $229,000 $16,800 11 $16,800 5 q Premobilization Submittals 65 days Fri 3/31/17 Thu 6/22/17 $754,000 6 No Construction Quality Control Plan 5 days Fri 4/14/17 Thu 4/20/17 2FS+10 days $10,000 7 p Parking, Noise Control, Dust Control 5 days Fri 4/21/17 Thu 4/27/17 2FS+I5 days 510,000 8 o Decontamination Plan 5 days Fri 4/21/17 Thu 4/27/17 2FS+15 days $10,000 510,,., $10 $101„0 r'6 $150,000 J 7 9 p Bulkhead Survey and Reports (051 to 056) 50 days Fri 4/21/17 Thu 6/22/17 2FS+15 days $150,000 10 100% Plans + Specs Consistent with the CAP 2 20 days Fri 3/31/17 Thu 4/27/17 2 $574,000 11 e0y City/Hill/DERM Review Package 10 days Fri 4/28/17 Thu 5/11/17 10 $0 12 4 100% Plans and Specs Approved by City/DERM 0 days Thu 5/11/17 Thu 5/11/17 11 $0 000 S 50 5/11 13 °, Permitting Fees 27 days Fri 3/31/17 Mon 5/8/17 $10,700 14 mac? Submit Permit Modifications t0 City/Hill for Review 0 days Fri 3/31/17 Fri 3/31/17 2 $8,000 15 , City/Hill Review DERM Package 2 days Fri 3/31/17 Mon 4/3/17 14 $0 ir50 16 ea 0 Submit Permit Package to DERM 0 days Mon 4/3/17 Mon 4/3/17 15 $0 17 0 DERM Review Package 15 days Tue 4/4/17 Mon 4/24/17 16 $0 18 T Address Comments Rnd 2 5 days Tue 4/25/17 Mon 5/1/17 17 $2,700 19 ® Submit Permit Modifications to DERM Rnd2 0 days Mon 5/1/17 Mon 5/1/17 18 $0 20 DERM Review Package (Rnd 2) 5 days Tue 5/2/17 Mon 5/8/17 19 $0 2i T, DERM Issues Permit Modification 0 days Mon 5/8/17 Mon 5/8/17 20 $0 /31 4/3 50 6,$2700 it A, ♦' 41 0 Jg 22 q Access Agreements 191 days Tue4/18/17 Sat 12/9/17 $168,000 23 [: Access Agreements 051 15 days Tue 4/18/17 Tue 5/9/17 645F $23,999 24 G. Access Agreements 052 15 days Sat 6/10/17 Wed 6/28/17 775F 524,000 25 p Access Agreements 053 15 days Thu 8/10/17 Mon 8/28/17 935F $24,000 26 6.Access Agreements 054 15 days Tue 9/19/17 Fri 10/6/17 1055E $24,000 27 p Access Agreements 055 15 days Sat 10/7/17 Wed 10/25/17 I17SF $24,000 28 'r Access Agreements 056 15 days Fri 11/17/17 Sat 12/9/17 1305F $24,002 29 ', Access Agreements Offsite Property Rental 15 days Tue 4/18/17 Tue 5/9/17 645F $23,999 ♦ 111111111114+29 »a13 999 999 24,000 IN111114424.000 gm= • 24,000 11.11.884$24,002 30 0 Mobilization 38 days Tue4/11/17 Tue 5/30/17 $900,000 31 O Equipment Fabrication Offsite and Trucking to Site 30 days Tue 4/11/17 Fri 5/19/17 21FF+10 days $700,000 32 ti Trailer Setup/office Space 5 days Tue 5/2/17 Tue 5/9/17 4SF $50,000 33 ®r,. Before Dredge Hydro and Topo Survey 30 days Fri 4/21/17 Tue 5/30/17 1055+15 days $150,000 iemee°� ®15700,000 634eSo 000 $150,000 34 q Third Party Utility Location 191 days Tue4/18/17 Sat 12/9/17 $54,000 35 p Third Party Utility Location 051 15 days Tue 4/18/17 Tue 5/9/17 645F $7,715 36 , Third Party Utility Location 052 15 days Sat 6/10/17 Wed 6/28/17 775F 57,714 37 'S Third Party Utility Location 053 15 days Thu 8/10/17 Mon 8/28/17 93SF $7,714 38 ®, Third Party Utility Location 054 15 days Tue9/19/17 Fri 10/6/17 105SF $7,714 39 eta Third Party Utility Location 055 15 days Sat 10/7/17 Wed 10/25/17 1175F $7,714 s ..'® 77,715 ggims.44i7,714 sygga,57,714 7,71 4r 7,714 7,714 40 Third Party Utility Location 056 15 days Fri 11/17/17 Sat 12/9/17 1305F $7,714 �jc `l 41 Offsite Property Staging 15 days Tue 4/18/17 Tue 5/9/17 64SF $7,715 �4g7,715 42 Progress Meeting 274 days Fri 3/31/17 Mon 3/12/18 $181,000.I Q $181,000 43 q Progress Meeting 274 days Fri 3/31/17 Mon 3/12/18 2 $181,000 " 44 . Contract Administration 274 days Fri 3/31/17 Mon 3/12/18 $271,000 i $271,000 45 p Contract Administration 274 days Fri 3/31/17 Man 3/12/18 2 $271,000 46 p Regulatory Compliance 274 days Fri 3/31/17 Mon 3/12/19 558,400 T $58,400 47 p Regulatory Compliance 274 days Fri 3/31/17 Mon 3/12/18 2 558,400 Project: Wagner Creek ALT 2.2.17 Date:Thu 3/30/17 -=" "- Task - Summary .I. External Milestone 4, Inactive Summary Manual Summary Rollup Fini h.only 3 - Split „,,,,,,,,,,,,,,,,,, Project Summary Inactive Task ., _- Manual Task Manual Summary ...• Deadline 4 Milestone ♦ External Tasks 0' `" ' ' - Inactive Milestone Duration -only Start -only C Progress Page 1 Design Build Services for Wagner Creek/Seybold Canal ALTERNATE BID ID Task Task Name Duration Start Finish Predecessors Cost 2nd Quarter 3rd Quarter ath Quarter 1st Quarter end Quart 0 Mode Mar - Apr _May - Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr 48 Finandal Compliance 274 days Fri 3/31/17 Mon 3/12/18 $44,000 - ! I _-. V $44,000 49 9 Financial Compliance 274 days Fri 3/31/17 Mon 3/12/18 2 544,000 50 q Public Information services 274 days Fri 3/31/17 Mon 3/12/18 $231,000 ♦ , 0 $231,000 51 Public Information Services 274 days Fri 3/31/17 Mon 3/12/18 2 $231,000 on - 52 r Reporting 274 days Fri 3/31/17 Mon 3/12/18 $359,200 4 $359,200 53 Reporting 274 days Fri 3/31/17 Mon 3/12/18 2 $359,200 It 54 Site Preparation 178 days he 5/9/17 Mon 12/11/17 $1,192,000 ► 55 $ Site Preparation O51 2 days Tue 5/9/17 Wed 5/10/17 35 $100,000 - 1?5100,000 56 ® Site Preparation 052 2 days Wed 6/28/17 Thu 6/29/17 36 $92,000 - 57 q Site Preparation 053 2 days Mon 8/28/17 Tue 8/29/17 37 $50,000 , 56 q Site Preparation 0S4 2 days Fri 10/6/17 Sat 10/7/17 38 $50,000 59 Site Preparation 055 2 days Wed 10/25/17Thu 10/26/17 39 550,000 60 a[ Site Preparation 056 2 days Sat 12/9/17 Mon 12/11/1740 $50,000 - 61 �, Site Preparation Offsite Staging Area 10 days Tue 5/9/17 Fri 5/19/17 35 $800,000 i $800,000 92,000 31 50,000 ji50,O 16$50,000 °' r,$50,000 62 Manatee Protection and Monitoring 223 days Wed 5/10/17 Tue 2/13/18 $532,700 ► esManatee 5532,700 63 Protection and Monitoring 223 days Wed 5/10/17 Tue 2/13/18 6655 $532,700 n 9 '¶- 64 051 Dredging 44 days Tue 5/9/17 Thu 6/29/17 $1,881,522yy 65 me Install Bladders and Curtains 1 day Tue 5/9/17 Tue 5/9/17 21 $20,000 1y20,000 $1097,314 66 ® Dredge and Transport Sediment 36 days Wed 5/10/17 Wed 6/21/17 65 $1,097,314 -IIIIMIIIIilil 583,984 67 c$ Dredge Water Treatment 36 days Wed 5/10/17 Wed 6/21/17 6655 585,984 68 p Stabilize, Loadout Sediment, and Disposal 36 days Wed 5/10/17 Wed 6/21/17 6655 $557,524 69 = $557,524 $13,500 p Maintenance of Traffic 36 days Wed 5/10/17 Wed 6/21/17 6655 $19,500 S33,700 70 q Turbidity Control and Monitoring 36 days Wed 5/10/17 Wed 6/21/17 6655 $33,700 o $8 500 7� / .' i g61 71 Air Quality Management 36 days Wed 5/10/17 Wed 6/21/17 6655 $8,500 72 Remove Bladder and Curtains 1 day Thu 6/22/17 Thu 6/22/17 71 $10,000 h$ 73 ¶ Remove Equipment from Water 2 days Fri 6/23/17 Sat 6/24/17 72 $10,000 i 74 p Decon Equipment 1 day Mon 6/26/17 Mon 6/26/17 73 510,0O0 75 Move Equipment to 05-3 Location 1 day Tue 6/27/17 Tue 6/27/17 74 $16,500 1- 76 7, Site Restoration 2 days Wed 6/28/17 Thu 6/29/17 75 $12,500 ,000 ,000 10,000 16,500 512,500 ',.. '.. 77 q 052 Dredging 50 days Wed 6/28/17 Sat 8/26/17 52,207,428 78 ® Install Bladders and Curtains 1 day Wed 6/28/17 Wed 6/28/17 75 520,000 1,520,000 79 "J., Dredge and Transport O52 Triangle Across 5 days Thu 6/29/17 Thu 7/6/17 78 $150,000 i $150,000 80 p Decon Equipment 1 day Fri 7/7/17 Fri 7/7/17 79 $10,000 J $10,000 81 p Move Equip From Triangle to South of 16th Street 1 day Sat 7/8/17 Sat 7/8/17 80 $20,000 '.. i $20,000 S1, 35,520 82 4 Dredge and Transport 052 South of Stith Street 36 days Mon 7/10/17 Sat 8/19/17 81 $1,035,520 "4 $9 904 83 Dredge Water Treatment 36 days Mon 7/10/17 Sat 8/19/17 8255 $96,904 84 q 5714,304 4,304 Stabilize, Loadout Sediment, and Disposal 36 days Mon 7/10/17 Sat 8/19/17 8255 157 85 , Maintenance of Traffic 36 days Mon 7/10/17 Sat 8/19/17 82SS $37,900 1334,900 86 ¶ Turbidity Control and Monitoring 36 days Mon 7/10/17 Sat 8/19/17 82SS 529,700 154700 , 87 Air Quality Management 36 days Mon 7/10/17 Sat 8/19/17 8255 $9,700 S3159,77L00 88 "y Remove Bladder and Curtains 1 day Mon 8/21/17 Mon 8/21/17 84 $20,000 7$211p,00O 89 ¶p Site Restoration 2 days Tue 8/22/17 Wed 8/23/17 88 $31,200 T $$1,200 90 p Remove Equipment from Water 2 days Tue 8/22/17 Wed 8/23/17 88 $10,000 - t$30,000 91 t Decon Equipment 1 day Thu 8/24/17 Thu 8/24/17 90 $10,000 },$ 92 t Move Equipment to 05-3 Location 2 days Fri 8/25/17 Sat 8/26/17 91 $12,200 } $12,200 0,000 93 �_ 053 Dredging 33 days Mon 8/28/17 Thu 10/5/17 $1,490,490 94 a Install Curtains and Manatee Gate 3 days Mon 8/28/17 Wed 8/30/17 92 $30,000 $30,000 Project: Wagner Creek AL72.2.17 Date -Thu 3/30/17 Task Summary IIP.Pili External Milestone i Inactive Summary - Manual SummaryRollup Finish -only 2 _ Split .__�<,,,,., Project Summary Inactive Task .._-._-__-__-_.-_-.. Manual Task Manual Summary ll Deadline • Milestone • External Tasks ''''""""`---- Inactive Milestone - Duration -only ^- - - -- Start -only C Progress weemearsemeris Page 2 Design Build Services for Wagner Creek/Seybold Canal ALTERNATE BID ID Task Task Name Duration Start Finish Predecessors Cost 2nd Quarter 3rd Quarter 4th 0 Mode Mar Apr May Jun Jul Aug Sep 95 1, Dredge Haul- Nights 25 days Thu 8/31/17 Fri 9/29/17 94 5807,234 $6 Quarter Oct Nov Dec 1st Quarter i 2nd Quart Jan Feb Mar Apr and 96 Dredge Treatment 57 ,23 Water 25 days Thu 8/31/17 Fri 9/29/17 9555 $71,400 97 .i Stabilize, Loadout Sediment, Disposal days Thu 8/31/17 Fri 9655 54 ,400 1,85 and 25 9/29/17 5,111,856 98 It Maintenance Traffic 25 days Thu 8/31/17 Fri 9/29/17 9655 $73,000 57 of 99 q Turbidity Control Monitoring 25 days Thu 8/31/17 Fri 9/29/17 9655 $9 ,000 900 and $9,900 100 y Air Quality Management 25 days Thu 8/31/17 Fri 9/29/17 9655 I,. 900 $5,900 101 q Site Restoration 2 days Sat9/30/17 Mon 10/2/17 97 $34,500 102 t Remove Equipment from Water 2 days Sat 9/30/17 Mon 10/2/17 97 510,000 103 ,, Decon Equipment 053 to 054 Move 1 day Tue 10/3/17 Tue 10/3/17 102 $20,000 104 ® Move Equipment to 054 2 days Wed 10/4/17 Thu 10/5/17 103 516,700 105 q 054 Dredging 16 days Fri 10/6/17 Tue 10/24/17 $800,645 106 ItInstall Curtains 1 day Fri 10/6/17 Fri 10/6/17 104 510,000 ''2 107 Dredge From Parking Lot and Haul - Nights 10 days Sat 10/7/17 Wed 10/18/17106 $469,526 L? 108 °t Dredge Water Treatment 10 days Sat 10/7/17 Wed 10/18/1710755 531,840 109 q7 Stabilize, Loadout Sediment, and Disposal 10 days Sat 10/7/17 Wed 10/18/1710855 5200,879 110 at Maintenance of Traffic 10 days Sat 10/7/17 Wed 10/18/1710855 522,800- 111 ® Turbidity Control and Monitoring 10 days Sat10/7/17 Wed 10/18/1710855 $3,800 112 , Air Quality Management 10 days Sat 10/7/17 Wed 10/18/17 1085S $2,400 113 am Site Restoration 2 days Thu 10/19/17 Fri 10/20/17 109 $12,500. 114 t. Remove Equipment from Water 2 days Thu 10/19/17 Fri 10/20/17 109 $10,000 115 Decon Equipment 1 day 5at10/21/17 Sat10/21/17 114 510,000- 1 116 ) Move Equipment to 055 2 days Mon 10/23/17 Tue 10/24/17 115 $26,900 5 MMIM ( j (3 I'S y (yyy$ 4,500 $ 0,0od�I i t $ 0,00q 16,704 d'510,09 5469,526 $34,840 $2 52�,800 53 52400 $ h$ $ e- 0,879 800 2,500 0,000 0,000 26,900 117 p 0S5 Dredging 42 days Wed 10/25/17 Sat 12/16/17 $2,053,729 118 It, Install Curtains 1 day Wed 10/25/17 Wed 10/25/17 116 $20,000- 520,000 119 Dredge Nights From Winn -Dixie Lot 34 days Thu 10/26/17 Fri 12/8/17 118 $1,260,005 " 1 1,260,005 120 Dredge Water Treatment 34 days Thu 10/26/17 Fri 12/8/17 11955 $80,896 121 at Stabilize, Loadout Sediment, Disposal 34 days Thu 10/26/17 Fri 12/8/17 119SS 5412,528 80,896 412,528 and 122 II4 Maintenance of Traffic 34 days Thu 10/26/17 Fri 12/8/17 119SS 520,000. 123 ea Turbidity Control and Monitoring 34 days Thu 10/26/17 Fri 12/8/17 11955 $12,799 124 q Air Quality Management 34 days Thu 10/26/17 Fri 12/8/17 11955 $8,001 125 q Site Restoration 2 days Sat12/9/17 Mon 12/11/17121 $12,500 126 Remove Equipment from Water 2 days Tue 12/12/17 Wed 12/13/17125 $20,000 127 4, Decon Equipment 1 day Thu 12/14/17 Thu 12/14/17 126 $20,000 128, Demobilize Small Marine Equipment 2 days Fri 12/15/17 Sat 12/16/17 127 $187,000 ;.20,000 h�$20,Oo0 1 .12,799 8,001 �512,500 $20,000 $187,000 129 056 Dredging 71 days Sat 12/9/17 Mon 3/12/18 54,964,527 130 aTuit Install Air Curtain 2 days Sat 12/9/17 Mon 12/11/17121 $60,000 1r560,000 131 p Mobilize PC400 Dredge and Barge 5 days Tue 12/12/17 Sat 12/16/17 130 $200,000 132 Dredge 056 days Mon , it, $200,000 $1,881,370 60 12/18/17 Wed 3/7/18 131 51,881,370 r 133 ® Dredge Water Treatment 60 days Mon 12/18/17 Wed 3/7/18 13255 $299,337: r10111MIBIIIMIIMMIIIIIIIIM299,337 134 Stabilize, Loadout Sediment, Disposal 60 days Mon 12/18/17 Wed 3/7/18 13255 Stt2,258,920 and $2,258,920 135 [. Maintenance Traffic 60 days Mon 12/18/17 Wed 3/7/18 13255 $20,600 1.Mmoin 20,600 of 136 Iv Turbidity Control Monitoring 60 days Mon 12/18/17 Wed 3/7/18 13255 22,600 and $22,600 137 ®, Air Quality Management 60 days Moo 12/18/17 Wed 3/7/18 13255 $14,100 I`1�i 414,100 130 a� Site Restoration and Demobilization 4 days Thu3/8/18 Mon 3/12/18 134 $207,600 i $207,600 Task - Summary ‘IP• External Milestone m Inactive Summary - Manual Summary Rollup Finish -only 3 Wagner Creek ALT 2.2.17 - _-- ProDate: i Split ,,,,,.,,,,,,,,,,,,,,, Project Summary Inactive Task Manual Task - Manual Summary �• Deadline i Date: Thu 3/30/77 � hu3/3 - -_"," --- - Milestone • External Tasks Inactive Milestone Duration -only - Start -only C Progress Page 3 City of Miami, Florida Contract No. 15-16-030 EXHIBIT C1 NEGOTIATED PRICE 90 4`legner Creak Seybold Canal Restoration Project Rev. 3,17 17 City of Miami, Florida Contract No. RFP 15-16-030 EXHIBIT CI NEGOTIATED PRICE Price shown below is the price for providirg all Services specified in the Contract documents. and include all labor equipment. matenals, allowances. taxes. contingencies. insurance. overhead and profit. Bid Description Quantity Unit of Cost per item Extended Item Measure (S) Cost (S) 1 Rer'ierr arce ; Payment Bends and 1 LS S 229.000.00 $ 229 000.00 Ta.<es 2 Onsite Preconstruction Meet n 1 LS S 16.800.0C 3 16.860,00 3 Premobilization Submittals 1 LS 5 754.000.00 $ 754.000.00 4 Permit Fee Allowance 1 LS S 10.700.00 5 10.700.00 5 Access Agreements 1 LS $ 168.000.00 $ 188.000.00 6 Nlobitiati,:r 1 LS 5 900.000.00 3 900.000.00 7 Tnir; Part', Lltilit j Locator 1 LS 5 54.000.00 $ 54.000.00 8 ?regress },fee'.;rgs 1 LS 5 131.00€0.00 5 181.000.00 9 Co^`- .r Ominis.raticr 1 LS 5 271.000.00 $ 271 000-00 13 Reg..larcrz Compliance 1 LS S 53.430 CO 3 58,400.00 1 1 Firancial 0cr eiiarce 1 LS 5 44,00,0.00 S 44.000.00 12 P,.iio.:r^rna;icn Services 1 LS 5 231,000.00 3 231.000.00 13 Reporting 1 LS S 339.200.00 5 359.200.00 14 Slte Preoarat.cn, Eq ipmeni S.arging 1 LS S 1,192,000.00 5 1,192,000.00 and cortamira ,on Pad' 3, 15 i,'ars-ee rretecti,n and ti,icn vrr" 1 LS 5 532 720 CO 5 5.32.700 00 Sedlrnent Removal from 0S-1 4 598 0 x 3 243 00 5 1 1 17,314 CO 1 'rah?r -_ . , 37(G socsai a 0 902 TONS 6 79C.00 3 171 380 CO T=Qe 13 Tra^_z _r _ .!or 3r.d D 5:c _35.144 TONNS S 56.0C 33 3C4 364 00 TEQ> c `s 1 Dr die ,`; 3-er T-e3€r-.ert 214,961 GALLON S C.40 3 83,984,40 20 Drffrg =",;er-_- 1.016 OS0 POUNDS 3 0.08 5 81.280.00 21 i�!airte-arise rra'fic 1 L S 5 19.500.00 3 19.500.00 22 Turniuli-, ' ihn:r-_i 3nro ,Mrnitorirc; 1 LS S 33.700.00 3 33,700,00 23 _ A:r Qi_,aH: r \!.r 4.; :'~-err 1 LS 3 8.500.00 $ 8,500.00 24 Site Restereilor 1 LS $ 12.500.00 3 12.500.00 23 Demociii a€icr 1 LS 3 46.,530 CO 5 46.500.00 Total Estimated Contract Construction Costs (OS-1) S66.833.322.00 2: Sed'ment Removal form 0S-2 5 143 CY 5 240 CO 5 1.235.520 CO 27 Transpertation and Disposal a 0 1.624 TONS $ 190.00 3 319,960.00 TEQ> 1 ur-„ lk,:; 23 Transportation and Disposal a 0 5,419 TONS $ 56.00 $ 303,464.00 TEO> 1 uc9,'kg 29 Dre'ge Water Trear—en€ 242,260 GALLON 3 0 40 3 96.904.000 30 Drying Raa,tertc 1,136.000 POUNDS 5 0.08 3 90,830.00 31 Maintenance of Traffic 1 LS $ 37,900.00 $ 37.900.00 32 Turbidity Control and Monitoring 1 LS 5 29.700.00 3 29.700.00 33 Air Quality Management 1 LS 3 9.700.00 $ 9,700-00 34 Site Restoration 1 LS $ 31.200 00 3 31.200.00 35 Demobilization 1 LS $ 52.200.00 3 52.200,00 Total Estimated Contract Construction Costs (OS-2) S 2.207,428,00 City of Miami, Florida Contract No, REP 15-16-030 Bid Description Quantity Unit of Cost per item Extended Item Measure (`) Cost (S) 36 Sediment Removal form OS-3 4.338 CY 5 193.00 5 837,234 00 37 Transpor`ation and Disposal a 0 0 TONS 5 - 5 - TEQ> 1 og,k0 36 Transportation and Disposal a 0 5.986 TONS $ 56.00 .3 335.216.00 TEQ> 1 ug, k.3 39 Dredge 'i'IaterTreat;rert 178.500 GALLON 5 0.40 S 71.430 00 40 oryprgg Reagent= 955.0G0 POUNDS 3 0.08 c3 5 75 340,00 41 Maintenance of TraiLic 1 LS 5 73 000.00 3 73 000.00 42 Turtidit`/ Control and Monitoring' 1 LS S 9 900.00 S 9.9CG.C6 43 kr QLalf'.•/ Vana.g'er-ent 1 LS S 5.900.00 5 5 9000.00 44 Site R3st�ra.ion 1 LS S 34,500.00 S 34 500,00 45 Der^acili_3tjon 1 LS 3 45 700 CO S 43..700.00 Total Estimated Contract Construction Costs (OS-3) S 1,490,490.00 43 Sediment Removal farm 0S-4 2.094 CY 5 229 00 5 479 525.00 47 7 -'. 5 Jrt3`it,r a-. C,sp �5a, a G ,0 TONS 5 5 —_D> 1 r.'9.11c7 43 i-s�:�3'.:.:n a - : 17'3 r;-d, 3 2.390 TONS 3 56.00 5 131 84.. n 0 a9 Dr 3•r, t 73 5C0 GALLON 3 0.43 S 31.3340.00 462 000 POUNDS 5 0,08 S 39 539.00 - ` T-ac LS S 22 970.00 S 22.3C0.30 LS 3 3 300.''30 . 53 _- LS 3 2.40000 5 243000 5' 3 .E , - . 1 LS 5 12.530 03 3 12 5i:0 nr _. -a r 1 LS 3 45 3(0,000 5 45.0.(0.00 Total Estima-=: Con1-3ot Cons`.r'fiction Costs (OS-4) 5 330.645,00 Sedirnen11 Removal form 03-5 4.332 CY 3 795 00 3 1.380, rr5 00 acu 3'.:on and tD sr:.,-sx a 0 0 TONS 5 - 5 TED> 1 ug, 3 5,3 Tra sPorta1:Or a,7C S' } .. a = 5 992 TONS TEQ> 1 uc,,,, 56.00 S 335.888.00 ^9 Dr:d*a'r`iaterTr=at-"'ert 207.24,3 GALLON 5 0.40 3 2.i0806.00 60 . Cuing _3oer„ 958.000 POUNDS 5 0l ' 8 5 73 5a0.00 61 Lla r_nar:n ,r Tra' _ 1 LS 3 2. . _ -.0(1 5 20.000 00 62 ._Jrt. and1 LS 5 1_ ._. =0 S 12.8,:0.0C 53 A.rC's3' `., M3r7a,- n'ert 1 LS 5 ; 7:0 S 8.00000 64 S `.e R�,- rato 1 LS 3 :2 _ 00 3 12.5130 00 55 DamcCW_at,on 1 LS 3 227 C ';G 5 227.060,00 Total Estimated Contract Construction Costs (03-5) 3 2,053,729.00 2 City of Miami, Florida Contract No. RFP 15-15-030 Bid Description Quantity Unit of Cost per item Extended Item Measure ($) Cost (S) 66 Sediment Removal form OS-6 23,793 CY 5 90 Cr: 5 2.141 370 CC 67 Transportation and Disposal a 0 0 TONS 3 - ,5 - TEO> 1 ur9.12 6,3 Transporta:,nr and Disposal a 0 32.835 TONS 3 53 00 3 1.338.750 06 TEO> 1 u, kj_ 39 Dre:' 'e `r'r a1?.r Tr=_a;rnert 743.342 GALLON 3 0.-40 3 299 336 SG 73 Dr ng Raai t- 3.252 CGO POUNDS 3 (Ica 3 429 1.31i 99 71 Ma:rtenana of Traffic 1 LS 5 2'0.5G0.00 3 20 366 00 72 Turtirair., C: :i a^d Mcrrtarnr 1 LS 3 22 6120.00 5 22.6"C 90 73 .4:r •O.. _.:, a•13_ _ mart 1 LS 3 1 4 1.00_00 3 14 1 3f.!'-C 74 S L ^>>: rw _ 1 LS 5 7.6C0 C00 3 7.509.9C 73 Cer,ccil:_a.:c,rr 1 LS S 200.000 00 3 290.0GC 00 Total Estimated Contract Construction Costs (OS-6) 3 4,964,526.00 Total Estimated Contract Construction Costs (03-1. 2. 3. 4. 5 and 6) $18.400.141.20 OPTIONAL ITEM RATE SCHEDULE �r S_andhr T'r : 'c ilr 743,342 HR 3 2 945 CO C3i1•r S;5.257.100 NOTES: a ss rr?, 3Cf 1.33 tors ce' dicer yard '1 See^-r^J t � -s 9e assay �'.or r17 pcv'c 3 per DAY 3 23 650 06, arm (ibs. ,.r 1 221 lbs'c'C 3 O5 Location OS 1 051 OS Owner Pub!IC Easement Assumed City Property Assumed City Property - Tax Map does not Say Who Owner Is Property In Sevenson Bid Proposed Alternative NA. NA NA Savings to City For Assistance with Property Negotiations )S,OOO.UU) Notes City asset with access to area shownin red. 2,OOU.Ou) City assit with access Ia died shuwu in lea I1,aou (Jul City asset with access to area shown In yellow. OS Location 052 CIS 054 055 Owner Proposed Property Owner Is Michael Shaya Alternate Property Owner Is MIAMI DADE COUNTY PUBLIC HEALIh MUST Property Owner is MIAMI- DADE COUNTY PUBLIC HEALTH TRUST and UNIVERSITY Of MIAMI MIAMI DADE COUNTY GENERAL SERVICES ADMINrSTRATION WIN-U%it Is Managed by KIMCO and South Fast Grocers' Alternate Property is Miami Dade County Water and Sewer Property In Sevenson Bid Proposed Alternative iJ 1.7 IN Savings to City For Assistance with Property Negotiations { 3t1,U00 oo Notes City assist with access to the property located behind the hospital rather than using Michael Shaya property. Mr. Shaya has been non responsive. Sevenson would have to work upstream and dredge access water depth and finish the project from upstream to downstream. (i,1.10UA0) Access to the small area circled In red. (1,000,001 Use of parking lot circled 1rl red at night. Sevenson nseet with Juan Relay {Chief) on January 30, 2017 and he was aware of the 134.1,000 20) project and was willing to work something out. City would assit Sevenson with Access to the area circled In red. �S toca[ionSavings Owner Property In Sevenson Bid Proposed Alternative r. to City For Assistance with Property Negotiations �19 ; _fir. r t�"y[ra[0 s>tGi"I WirtI A J •1�1 k, Notes 0S6 City of Miami t• `' // ; f ^ F' ° _ e y $ (2,000.00} Would need city help to get access for our Air Compressor to be Used at the entrance to 056- C9-',It:,'' wareCre � ; UfliM Assia[ance {15 UD0.00) City asset Sevenson obtaining the permit modification. Total Give baclr-> S 002,000 -mol!aA u! umoys ease of ssalae taw, Llsse A31-) -pal ul umoys ease of sae yIIM l!sse AID (00.000't) 5 'pas ul umoys ease of ssaa]e I1t M ;me A31a (co '000'sI saluN suopello aN Aryeadold WIIM asuels!Ssy poi A313 of s8utneS VN VN VN an!leuJatly pasodai j rr. 3 ,� l:4yiiF a al SI aaUMO oyM AeS tau saap deyy sel - A3iadold Alt) pawnssV Ailadolj Aar) pawnssV Luawa5e3 )!I Ind lauMO t SO SO LSO ua!le301 SO • pal ul papJl.1 ease a41 01 ssa],V U11M uosuanas 11sse pinam Ally •plo Su1L aw0s pope 01 bullllM sem pue pa[o,d ay; Jo ammo sem ay pue L1UZ 'OE A,enuef uo (yaly7f Aelad uenf IIlIM luau; uosuanas '7481u le - pal ul pawls icy Supped y0 asn (oo coa'otr) IUU'Doo'e) .pal ul pal]JI) Pale hews ay; of ssa74V weallsumop 04 weadIsdn wolf pa(old ayl 4s1uIJ pue yldap Jalem ssa)Je abpalp pue weaJlsdn glom 01 aney pinom uosuanas anlsu0dsaJ uou uaaq sey eAeys -JW •AUada,d eAeyS laeyJlyd 8ulsn ueyl Jayiei le1Idso4 a41 Pul4aq PaleJol A1Jad0Jd au; of ssaJJe yl{m lslsse All? Sa1oN (Uo'oo0'oE) su0I1 I10 aN A1Jad0Jd 41Im a]uelslssv ,03 Alp o1 s1ulnes y:l S'1<C�+ltom_ N44 VN VN rt 7 7'1w _ • anpeuJally pasodo,d f." ;areas pue Jaleryl hluno] ape( Iwe11N sl Alladold aleulally .SJa]t1J9 lsel woos pue O]WIM Aq pa1eueey sl 31Xa-NIIVI NOIIVIIISINIWcV S37IAb351Vlf 3N39 A1Nn0"] J1W0-IWVIW IWVIW 30 ALI5N3/1$Nf1 Pue 1S71N1 H11V3H ]I 19fld KIWI()) 341V4f IWVIW sl lauMOAlsadold 151Ie1 H11V3H DI1'IJld A1N710] Sava-IWVIW sl JauMO AIJadOJJ aleuJal7V eAey5 lae4}l sl sump AldadoJd pasodwd 55O u011e]ol s0 O5 Location 056 Owner City of Miami DEW Assistance Property in 5evenson Bld Proposed Alternative Savings to City For Assistance with Property Negotiations $ (2,000.001 Notes Would need city help to get access for our Air Compressor to be used at the entrance to 056. $ (15,000.001 City asset 5evenson obtaining the permit modification. Total Give back-> 1102,000m City of Miami Florida Contract No 15-10-030 EXHIBIT C2 NEGOTIATED SCHEDULE OF VALUES 91 Wagner Cr;mK ..anal Restarannn Pr„!e:t Re 317 17 Sevenson Environmental Services, Inc Alternative Bid -Schedule of Values REV3.30.17 TASK Apr-17 May-17 loon-17 111l.17 Aug-11 Sep-17 Oct-17 Nov-17 Dec-17 Ian-18 Feb-18 Mar,18 Total Overhead E01004 5obtatal Profit (;4.5495 Perlormense and Paymanteonds and raaes $199,13035 50.00 5000 5000 $0.00 5000 SO 50,00 $0.00 50.00 $0.00 $0,00 $199,130.35 $19,913.03 $219,04338 59,956.6 Nuke Preconstructlon Meeting $0.00 $14,606,69 $0.00 50.00 $0.00 50,00 $0.00 $0.00 $000 50.00 $000 00,00 514,608.69 51,460.87 $16,069.56 $730.6 Construction Duality Control Plan $8,695.65 $0,00 5000 50.00 $0.00 50.00 $000 $000 $0.00 $0.00 5000 50.00 $6,695.6S 5869.57 59,565.22 Parking, Noise Control, Oust Con el $8,69565 $0.00 $0.00 50.00 $0,00 $000 $0.00 $0,00 SD OD $0.00 S000 $0,00 $8,695.65 $869,57 59,565.22 Decontamination Plan 08,695.65 50.00 5000 $0.00 50.00 $0,00 5000 30.00 $0.00 50.00 $000 50.00 $8,695.65 5869.57 59,565,2E 3,566e44 Survey and Reports 1051 to 056) 515,65211 565,217.39 S39565.72 5000 $0.00 5000 $0.00 50.00 50.00 5000 $0.00 50,00 5130,434.72 113,043.47 5143,478.19 0096 Plans 0Specs 00061s6e0604,0 the CAP 5099.13021 50.00 50.00 50.00 50.00 50.00 50.30 50.00 50.00 50.00 5000 00.00 3499,130.21 549,913.02 5545043,24 City/HI8/DERM Review Package $0.00 $0,00 $0,00 $0.00 $0.00 00.00 S0.00 $0.00 50.00 $000 5000 5000 $0.90 50.00 5000 100% Plans and Specs Appr0vea by City/BERM 50.00 $0.00 50.00 $000 50,00 5000 50.80 50.00 SD. $0,00 SO 00 5000 $0.00 50,00 5000 434.79 0,79 $934.79 6,521.8D 4,956 76 $0.00 SO OD Submk Permit Modifications to City/Hill tor8eview 56,956.5E 50.00 50,00 5000 50,00 50.00 50.90 50.00 Su00 $ 50.00 So.00 5 5052 509s,05 57,652.17 6147.0 C89/Hill Review OHM Package $0.00 $0,00 $0.00 5000 $0.00 $0,00 $0.00 $0,00 $0.00 00.00 $000 $000 $0.00 50.00 $0,00 00.00 Submit Permit Package to 0F0M $0.00 $0.00 50.00 5000 $0.00 $0,00 50.00 $0,00 $0.00 $0,00 5000 $0.00 $0.00 $0.00 $0.00 $0,00 Review Par age 50.00 50.00 50.00 Saw 50.00 5000 50.00 00.00 50.00 50.00 30.00 50.00 $000 00.00 50.00 50,00 Address Comments 8402 52,347.83 00,00 50.00 3000 5000 $0.00 50:00 $0.00 50.00 $0,00 5000 50.00 52,347.83 5234.78 52,582.61 511739 Sohmic Permit Modifications to 06894 erid 1 $0.0 5000 0.00 000 $0.00 0000 50.00 0.00 S0.00 50.00 $000 0.00 $000 50.00 5000 50.00 DERM Review Pack age lRnd 2) $0.00 $0.00 00.00 $0.00 $0.00 0000 50.00 $000 5000 50.00 5000 $0.00 $0.00 $0,00 5000 $0.00 GERM Issues Permit Modification 50.00 50.00 00.00 50.00 50.00 0000 $0.00 $0.00 $0.00 50.00 $0.00 50.00 00,0D 5000 50.00 50.00 000360gree ents OS D5 400000greements D53 AuesNg e m 000494greements 0S5 cesAgreemencs 056 Access Agreemen 0ffite Property Rental 17,291.30 53,57739 50,00 50.00 $0.00 50.00 50.00 5000 50,00 00.00 5000 50.00 520,86869 5000 57,15565 513.713.91 5000 $0,00 $0.00 5000 SO 00 $0.00 50.00 5000 50.00 320,36956 0.00 $0.00 5000 51,155.65 513,713;91 $0.00 30.00 5000 50.00 3000 5000 30.00 520,869.56 0 00$0.00 $0.00 0.00 53,537.38 514,90696 2,385.22 00.00 SO 00 $0.00 $0.00 00.00 520,869.56 0.00 5000 $0,00 50.50 00,00 58,944.34 511,925.22 5000 50.00 5000 $0.00 50.00 020,86956 0.01 5000 3000 50,00 50.00 50.00 50,5 7.38 313,118.26 54.175,65 50,00 5000 50,00 520,871.30 17,291.30 53,57736 5000 SD 00 $0,00 50.00 50,00 00.00 5000 50.00 50.00 50.00 570,868.69 $2,086.67 522,955.56 086.96 527.956 S3 08696 522,036.51 0069E 577,956 SI 52,085.96 52,087 2,086.87 S22556.51 27 058.33 522 955 56 043.. 1,06949 033619 51,043 49 51,043.09 ,043.58 143.44 Equipment Fabrication 000lon and Truck'mg m Site Trailer Setup/OHIce Space Before OredgHydro 0023ono Survey rd Party Uti1 310cati0n 0 rd Party Utility location 052 Third Party utility rotation 05 15rd Pa 7354 5646,695.39 5000 50.70 5000 SO GO $0,00 $0.00 50.00 $0.00 50.00 $0.00 50.00 0608,695,39 503,478.25 5000 $0.00 50,00 50.00 50.00 5000 5000 50.00 50.00 50.00 $0.00 543,478.25 130,4347E 5000 $0.00 50.00 90,00 50.00 5000 50.00 5000 50.00 5000 0000 3030,43472 Third Party Utility location 055 Third Parry Utility location 056 Off site Property 5tagming Progress Meeting Progress Meeting Con tract Adminbtratbn InntractAdminirtr0 ion Regulatory Compliance Regulatory Compliance Finarclal Compliance Fl Dal Compl,ance 826)ic Information Service Public lnl0rmat,0503409 Repo eg $60,869.54 347.8E $13.043.47 669,560.93 547,1326.07 143,478.19 30,435 07 $2,1]3.93 $6.52180 $A325.22 92,683.48 55,00 $0,00 50.00 50,00 50.00 50.00 50.00 5 $0.00 50.00 56,708,70 5670.87 07,379,57 5335.43 $0.00 50.013 56,707.03 5000 50.00 50.00 $0.00 5000 50,00 50,00 $0.00 50.00 $6,707.83 5670.78 07,378.61 5335.39 $0.00 3000 50.00 50.00 56,707,83 50,00 50.00 $0.00 5000 50.00 $0.00 00.00 00,700.83 $670.78 5 378.51 1335.39 50.00 5000 50.00 50.00 SO 00 54.91913 56,7138.70 00.00 0.00 00.00 5000 50.00 56,707.83 $670.76 _ 57,378.61 $335.39 $0 006,70)83$670.78 $7,378.61 ��� $0.00 �������� $66.70870 5670,87 57,37957 $000 $ ]0883 5670.78 5),37861 r®. ®. r . S33,786.09 515509.57 12,63 39 0®' ® 7,39 .24 515,739.12 5173,130.36 57,869.64 ®098 52064087 S23.210.87 ®"' ®006 5235,65207 523,56521 5259,217.18 i,1YlY2I2I l 447.85 DES 550782.56 55,073.26 555,860.84 1,30 ��53,630. ,O71. . 110 8,360.55 53,826.00 040,06694 516- 15, 92.09 $18,327.83 $19,06067 17,594,7 0 6 70 513,928.70 516 17 63 175594.78 ®' SitePreparation 031 Site y Preparation 05 Site Preparation 053 Site Preparation 034 Sire Preparation 055 23 36.38 528,499 $29,639. $27.35 13 $30,1'9. 528,499.13 $79,639. $25,079.1 521,659 28,399. 527,359 $11,40000 12,347.69 $31,234.77 43,582.45 $15,61754 Site Preparation 056 ire Prepa anon OHslfe Staging Ar $0.00 0.00 $000 $0.00 50.00 50.00 86,956.49 0 00 0.00 0,00 0.00 0.00 695.651.87 50.00 79 9.97 5000 5000 50.00 So 00 50 00 00 50.00 0 00 0.00 0.00 $43,478.20 $0.D0 5000 $0,00 50.00 0.00 5000 50 00 0.00 000 50.00 .0 5000 000 0 00 50,00 $0.00 5000 478.25 43,47825 SO 00 5000 50.00 0.00 0 00 50.00 S0.00 50.00 0 00 50.00 50.00 50.00 $0.00 D.00 $43.478.25 50.00 $0.00 0,00 0.00 50,00 $0.00 50 00 0.00 0.00 000 0.00 0D0 50DO 0.00 00 0 00 000 $0,00 $o.00 50.00 50 00 86,95649 543,478,70 543,07825 43,07825 $43,478.25 695,6 87 58,695.65 58,000,00 $4,347.82 $4, 54,34762 54,347.82 $69,565.19 595,65214 7,999.96 7.82fi 06 517,825.07 $47,826.07 $47,826.07 5765,217.06 4,347,87 52,173,93 2,17 93 173.93 173.93 782 90 entree Protection and MONkor,n 0 00 597,3ee.50 554,007,8 $49,853.04 $51,930.4 4,007.83 $45,608.26 ,96 55,930. ,849.57 0.00 546321719 546,371 $509,538.91 161.09 SFS Proposed Credit 1515,0001 ($7,000) 1533,000) 1$3,0001 (57,0001 1540,000) 152,0001 TASK Install Bladders and Curtain Dredge and Transport Sediment Dredge Water Treatment Stabilize, Lnadout sediment, and Deposal Maintenance of Traffic Turbidity Control and Monitoring Air Quality Management Rernov Bladder and cumin Remove Equipment from Water Decon Equipment Move Equipment Site Restoration Install Bladders and Curtains Dredge and Transport 052Triangle Decon Equipment Move Equip From Triangle to South of 1E4h Street Dredge and Transport 055outh of 16t5tree Dredg Water Treatment Stabilize, Loadnut Sediment and Disposal Maintenance of Traffic Turbidity Control and Monitoring Air Quality Management Remove Bladder and Curtain Site Restoration Remove Equipment from Water Demo Equipment Move Equipment to 0S'3 Location Install Curtains and Manatee Gate Dredge and Haul - Nights Dredg Water Treatment Stabilize, Lnadout Sedimentand Disposal Maintenance of Traffic Turbidity Control and Monitoring Air Cuality Management Site Restoration Remove Equipment from Water Decon Equipment 053 to O. Move Equipment t0 054 Install Curtain Dredg From Parking lot and Haul -Night Dredge Water Treatment Stabilize, Load°, Sediment and Disposal Maintenance Of Traffic Turbidity Control and Monitoring Air Quality Management Site Restoration Remove Equipment from Water Decon Equipment Move Equipment to 055 Install Curtain Dredge Nights F/OM Winn -Dixie Lot Dredge Water Treatment Stabilize, Lnddout Sediment and Disposal Maintenance of Traffic Turbidity Control and Monitonng Air Quality Management Sae Restoration Remove Equipment from Water Decon Equipment Demobilize Small Marine Equipment Apr-17 50.00 50.00 59.0E $0.00 50.00 50.00 S0.00 Sew 50.00 $0,00 $0.00 50,00 59,0E 50.00 00 $000 $0.00 $0,00 $0.00 50.0E 50.00 50.00 50.00 50.00 $0.00 S00o $0.00 59.00 50,0E $0.00 $0.00 $0,00 50.00 5000 5o.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 50.00 50.00 $0.00 5000 50.00 $0.00 SO on 50.00 5000 50.0E So.00 5000 $0.00 50,00 50.0E 30.0E May-17 Jun-17 517,391.30 50.00 5477,092,63 5477,393.04 032,384.31' 537,384.00 $242,40153 5242,40174 58,478.25. $8,428.26 $14,652.16 014,552.12 $3,695.65 $3,59565 So. DO 58.59565 $0.00 58,595.65 $0.00 $8,695.65 $0.00 $14,34282 5000 510,869.56 $0.00 517,391,29 $000 552.173.135 $0.00 50.0E $0.00 50,00 50.00 $0.DO $000 50m 50,0E 5000 50.00 $000 S0.00 $0.00 5o.0o 50.00 $0,00 50.00 5000 5000 $0.00 So co 50.0E 50,00 SOW $0.00 50,0E $Doo 50.0E $0.00 $0.00 $0,w 5o.00 $0.00 $0,00 50,00 $0.00 $0 00 $0 00 $obi $0.00 $0.00 50.00 $0,C0 $0.00 $0.ao $0 00 50.0E $0.00 50.00 $0,00 5000 $0,00 $0.00 $0.00 $0m $a.08 S0.00 50.00 $0.00 S000 50.00 $0,00 50,00 $0.00 50.00 500o Sono 50.0E $DAD 50.00 $0.00 $0.00 500o 50.00 $000 50.00 50,00 50.00 50.03 $noon $000 60.00 $0.00 500E 5000 50.0E 50.00 $0.00 50.00 2u1-17 S000 $0.00 Sow 5000 $0.00 5000 50Oa So.00- $0.00 $0.00 Sono 50 00 So.w $78,260.82 $6,695.65 $17,39129 $475,23787 $44, 5327,82060 $17,393.90 513,630 42 54,45130 500E 0000 $0.w $000 S000 $000 $0.00 50,0E $000 50.00 $000 $000 5000 5000 5000 $aw Sono $000 500E 500E 50.00 $0.00 50.00 $000 Sono 500E $000 $000 5000 Sow $000 Sono 5000 500E $0 00 So.o 50.00 Aug..19 $0.00 So.00 5000 50,00 50.00' 50,00 $0.00 50.00 50.00 50.0E $0.00 50.0E 50.00 50,00 50,0E 5426,213.91 $39,791.30 5293,313,04 $15,562,6c 512,195.65 53,983 48 $17,391.29 $27,130.42 58,695.65 58,695.65 $10,606.69 526,066.95 618,0n.w $2,483 45 $14,325.06 $2,539.11 $344.35 520522 $0 00 Sono 5000 So00 $0.00 5.00 $0.00 50.00 50.00 50.00 50.00 50.00 $0.00 $0.00 S6.00 50.00 $0.00 Scoot, $0.00 $ oo $0.00 510E $0.083 Sep.19 50.o0 Sam 50,0o S000 $0.00 So 00 Sow 0000 50.00 500E $0.00 $u.u4 $0.00 soon $0.00 Sono 500E 50.0o $0,00 $0,00 So 00 50.0E 50.00 50.00 50.00 50.0o 50.00 $0.00 $62386522 $59,603.48 $343,810.43 $60,939.13 58,264,35 $4,925,22 $14,999.99 54,34742 $0.00 $000 $0,00 $0,0a $o 00 So.00 $0.00 $0.00 $o 00 S0.00 $0 D0 Sooa S000 50.00 Soma 5000 $000 50.00 So00 $00a $0.00 $0.00 50 0 $0.00 Sevenson Environmental Services, Inc. Alternative Old • Schedule of Values REV 3.30,17 Oct-17 $0.00 SO,00 50 mo 50 00 50.0E $0.00 5o.00 $0.00 54.0E 500 5000 Su OD $0.00 Sam 50.00 50.0E Moo 50.00 Sao $000 5000 50 00 5o.00 50.00 $0.00 500E $000 S0,00 $000 So.00 $0.00 $0.00 Sam $0.00 515,000.00 54,347 83 $12,391.29 $14,52173 $0,69565 $408,283.30 $27,686.95 $174,67731 $19,826.06 $3,3.35 $2,086.95 510,869.56 $8,695 65 $8,695.65 S2339119 $12,391,29 5161,125.61 510,344.31 $52,752.89 $2,552.38 51,636 51 $1,023.48 Sons 5000 5000 50.00 Nnv-17 Saga $0.00 50.00 $0.00 $0.00 $0.00 $000 0.00 $0.00 $0.00 $0.00 50.0E 50,0E $0.00 50.00 50.0o $0.00 $0 0o Sono $000 50.0E $0 0o 00 $0.00 50.00 $0.00 50.00 50.00 50a0 $000 50.00 50.00 50.00 $000 $0.00 50.00 50.00 $000 $0.00 00 00 $000 50w 50 00 $000 $0.00 50.0E $0.00 $0.00 S0.00 $000 $708,953.91 545,537.39 $232,113.04 $11,253.04 $7,201.74 $4,50174 $9.00 $0.00 $0.00 50 00 Dec-17 $0.00 50.00 Soon 500E $0.00 50.00 $0.00 $0.00 50.00 50.0o $0.00 50,00 $0.00 So.00 S0.00 So co 500E So oo SO OD 50.00 50.00 Moo 50.00 50. OD So on SO 00 So 0c. So oo 50.00 60.00 5000 53.580.87 $10,869 SS 317,391.39 Soca SO 00 5000 Sam 60 Do SO 00 SO OD So oo SO 00 50.00 Snoo SO 00 SO oo 10.00 50.00 Saw 5000 So 00 50 OD SO 00 SO DO SO 00 5000 So ao 50.3 Sam So oo SO OD Soca So 00 So 00 So cc SO 00 SO 00 SO 00 50.00 SO 00 SO 00 So uo 50.00 SO. 00 SD. 00 SO 00 So oe 5000 So 00 Sow SO 00 So Go 5000 5.0 co So 00 5000 So oo SO 00 SO OD 50.00 50.00 SO 00 51,441 50.013 50 DO SO. 00 5000 So SO OD SD D lotal 6809565 58,695.65 517,391.29 532,9se so $25,826 De 58,695.65 5701,942.30 517,39129 53,304.36 58.695.65 517,391,29 51,739,13 548,48033 5739.13 5869,57 51,434.78 53,293.65 52482.61 5669.57 51,060.87 52.608.69 540,828.33 Soo 70 Subtotal 516,652.16 532,234.77 58,130,3 58,56522 515,282.60, 59,565.22 592.630.74 5663,247.01 59,278.26 55,565.22 5444111.63 5463478 52,295.65 51,205,221.65 5334,591.83 5847.83 51,465.23 .5034.79 54,213.20 5421.74 6530.. 535,092.47 53,104.313 5430.44 5,34.79 .63.57 5726.03 554,783.35 53,517.25 517,336.17 5556.48 5695.74 516,26086 5347.67 SES Proposed Credit Sorenson EnvironmentalServices, Inc. Alternative Hid - schedule of Values REV 330.17 TASK Apr-17 May-17 116,17 101-17 Aug..17 Sep.1) 046.17 Nov-17 Dec-1) lan-11 Feb-18 Mar-18 Total Overhead 0010% Subtotal Profit @4.54% Install Air Curtain $0.00 50.00 $0.00 $0.00 $0.00 50.00 $600 $0.00 $52,173.89 5000 50.00 $0.00 552,173.89 $5,217.39 557,391.28 $2,608.72 Mobilize PC400 Dredge and Barge $0.00 $0.00 $0.00 $0.00 5000 5000 $C.00 $500 $173,912.97 5000 5000 $0.00 $173,912.97 512,391,30 5191,304,27 58,69574 4redg056 90.00 5000 5000 $0.00 $0.00 5000 SC.00 5000 5136,33059 5631,66565 5654,389.57 9163,597.33 51635,973.20 5163,597.32 51,793570.32 581,799.48 Dredge Water Treatment $0,00 $0.00 $0.00 $0.00 50.00 $0.00 51.00 5000 521,63580 5108,45565 _ $104,11739 $26,02957 $260,29241 526,029.24 5286,321.65 $13,014.75 Stabilize, Loa dout Sediment and Disposal So.00 $0.00 $0.00 $0.0 $0.00 $0.0 50.00 $0.00 5163688.72 $818,44957 $785,711.30 5196,42733 51,964,271.41 $196,627.74 $2,1 598,214.05 Mainlena me of Traffic 50.00 $0.00 50.00 50.00 50.00 $0.00 50_00 $0.00 $1,493.03 57,46348 57,16522 51,791.30 $17,913.03 51,731.30 519,204.34 5895.66 Tolson Control and Monitoring $0.00 50.00 $0.00 50.00 $0.00 50.00 5C.00 $0.00 $1,637.33 58,168.70 57,860.92 51,96522 519,651.16 51,965.22 $21,617.38 598262 Air quality Management Sapp 50.00 50.00 50.00 50.00 2000 51.00 $0.00 $1,021.73 55,108.)0 S4,904.35 51,22609 512,260.86 $1,226.09 $13486.95 561305 Site Restoration and Demobilization $0.00 5000 5000 50.00 $0.00 $0,00 SC.00 $0.00 $0.00 $0.00 50.00 5180,521.6E $180,521.66 $18,052.17 5198,573.83 $9,026.17 516,000,114.8) 41,600,011.49 517,140.126.35 5800.01365 $39,900,194.90 A i 3E5 Proposed Credit ($102,000) City of Miami, Florida Contract No. 15-16-030 EXHIBIT C3 DESIGN -BUILD FIRMS' PROPOSAL Click on link below for document matrix: tit`.n,"d /.r-,:ami cr.com'CITP'Pa:7�;'Procurem�ntOpcortunities'RFP 1516030 Su000 rt Documents html 92 Wagner Creek Seybcld Canal Restoration Pralect Rev 3, 17 17 City of Miami, Florida Contract No 15-16-030 EXH!IB T D INSURANCE REQUIREMENTS 93 'r`ragrerCreek Se;,tt,i'. Cara' Restoration Project Ray 3.17 17 AC©RD CERTIFICATE OF LIABILITY INSURANCE DATE AMM,OCVrVYI 3/21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must be endorsed. If SUBROGATION IS WAIVED subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). .RCCUCE9 First Niaga_a Risk_ Ma.^.a erner.t, Inc 726 Exchange St4ee, Suite 9•30 Buffalo NY 1-1210 NS;JRE3 - — Se-;enson Environmental Services, Inv. 2749 Lockport Road Niagara Falls NY 14305 COVER,A,G53 CERTIFICATE NUMBER.17-17 Core• Santanocito NAME Corey PYQNE (715) 319-5500 A7.,K `Aoo„=s; corey.santonocito3fnrm.com PRCEUCEa 00J51755 CUSTOMER D x INSIJRER(SI AFFORDING COVERAGE NAIL NSu9ER A Traveler.; Prop Casty Co America 19045 NsuRER 3 Na t r 1 Onion Fire Ins Co of Pitt 19445 INSURER : Great American Insurance Co of 22136 _'NSURERD Zurich American Insurance Co. 15535 INSURER E ENSURER • THIi, .__ -, __?-= r --; ,E =' L C ES . NS _R-� 2.= L-7'=T' E D`t/ ..HA i' : - _ -_ _ f,IGI�A-ET ',,,,'-i'd-i-S-1eI.=,1‘,- a`I-=:'�I°_+,1='I- TT=}.I DP, __ _i - a', _ - - CER'7F 7A-%iA .E .,.ter ..e +,11.r _E�—A,N T�-L I�,5_PA:V= 3- __ _ _ J, - _ ` - -- _ r'`v r(::L - r S a',C :v1`,7-, CPI: 1F 5_i,r_I_C:E3 _ APT 5- „al ',i1� = I D.A.ti NSR A. GCI_ SLR *. arL - _ _ a,"L. CY EX. _TR E _, 1.43',RA4CE N_. N';' _._ f_" NLMEER i MAI ,_ • ry WA DC v.Vv1 ' y ?a.A}.IED "1cat`r=DR T'-.E PC1 ICY PERIOD )H `- r', - - -_3�r - T , ',t'H'ICH THIS _ _ : L:i � __.,E7- L_ TEE TERMS L1M1TS , .33 JE A_I,AaiL!T-r --.ia,,_-ll.__ ._ __- — X 2=` `" Dr.4 I:7daTS!l :j _-=,_4,s ;PE -,a"c_+.I.-A,--_E oG- _C' -" __T . J.;32JJ':4i CR,C.';2/2157 7 '2� !1 7 'r%11Z=1�.31 Z73=terr'S F_ aull /-1 �-"J� 7, % ��-' Form, Pi.: .3P-23) Farm Na. M0Ho1J4 05-77 4%41a aE T-..,,, RENI'"-_, '- ,,I7-- - - cam -I ____ -r3 J3r..;:r"— _ n.l,l_ {1._,. M1. I_,^ ---- — _ - - - --- 5,000,000 AJT:VICELE_ARIL Tr'-+.'...-,,hc AN, 1" - AL_ .^. i,'",E- 1 _ =.5 57.rE_0_v3 1L :5 i-IRcJ A-7 7`S NC'N-74'd NEI: A- ;S 3CL,L-' ,`.,.',F• r- -,.- - BC,LIL' N._ _ ...._ --- 3 - _ S i 73 1MERE--A_.A3 =..-R- X Ei--33_'A5 `',.V.:3e.t,4=E 10,0)0 BE 012)13423 • 1.'22J1S 7 1/2017 (excess Pka) E;- Jr- E _'c.,r�t A9U'FEa.c`_ — i 25,001J,000 3 A WORKERS .:CMPE'SA-ON ANC EV1'! rv'ERa=_,.13ILi'1' .{ N A'. --_ _ ,-`"_R_`_-- ,1 Y A I DH73327)145. CXn92C 157 7%1/2J15 7.'1/2017 _ L1. S. Longshoremen & Ha==or Caverage AC3-1-_- C.--1- "y?"-hll a_ _, _ _ > 5, D00, 000 i E- ESCH AC-ICE.N- -L DISEASE -=-1= VP' 7,,.- IMinclatary n NI-. C Leased/Rented. Eyzi.paent 10 Pollution/Environmental MAC 4237243 7/1/201S 7/1/2017 _ PE: O137393-77 7 /1/2J15 7/ 1/2017 $1,000,000 Cc., ..r,�.A.- . a,e. 510,000,000 DESCRdP"ON OF CPERA-'CNS LCCATCNS VE'-'ICLES ;Attach ACORD 10'. Additional Remarks Schedule. if mare spaces ,emared) City of MS.ami, its ele.7tad affi.c als. instrsmentalities, and employees are 113tad as by writtan agreement" additional insureds when .aqiilr=_d CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave Miami, FL 33133 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISONS. AdTHORIZED REPRESENTA`'VE Bruce Rogers/CSANTO ACORD 25 (2009,09) INS025 1985-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Miami, Florida Contract No. RFP 15-15-030 Wagner Creek Seybold Restoration Project Insurance Requirements Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 71. Commercial General Liability A. Limas of Liability Bodily Toyer, and Property Damage Liability Each Occurrence Genera' Aggregate Limit S2,000,000 Prcd:.Acts'Completed Operations S2.000.000 Personal an:', Advertising Injury B. Endorsements Required S 1.000, 000 S 1,000,000 C o` %I 3 . its elected officials, instrurenta 'ties a'd employees listed as an aolditi-2rai insured Cont nge.,t and Contractual Exposures Expios or Cor'apse and Underground Hazard Printery and Non Contributory Endorsement Products a- d Completed Operations covered for a minimum of three years fc'!oyi'ng prefect completion. Additional insureds included on this requirement. 7.2, Business Automobile Liability A. Limits cf Liability Bodily Injury end Property Damage Liability Combined Single Limit Ary AatoiOwnediScheduled Including H.red. Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities and employees listed as an additional insured 7.3. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation City of Miarni, Florida Contract No_ RFP 15-16-030 USL&H. IF APPLICABLE Employer's Liability A. Limits of Liability S1,000 000 for bcd !y injury caused by an accident, each accident. 31,000,000 for bodily injury caused by d sease, each employee 31,000 000 for bodily injury caused by disease, policy limit 7.4. Umbrella,'Excess Liability A. Limits of Liability Bodily Injary and Property Damage Liability Each Occurrence S15.000,000 Aggregate S 15,000 000 City of N,1:a711i. its e,e_,e.-d cffcia;s, instrurnenta•ities and employees listed as an additional Insured Excess Fo , cable liability pol'.cies contained herein 7,5. Environmental Impairrnent,'CPL Liability 33,0011000 each cla m and a"curate City of NI ?",.. Its a ..:tad offcials. Instrume,nto, :.as and employees listed as an a -d,tcna' Ir__,red Five Year R- po,rt.ng Period 7.6. Payment and Performance Bond 1001/0 of Contract value City of Miami, its elected officials, irstrumenta',tes. and employees listed as an Obligee 7.7. Professional Liability 33,000,000(33 0f00,000 per clam and in the aggregate. Retro Date Inc!udad1 par start of Project date. This limit shall be equally applicable and provided by any and ail consultants. su'bconsultants, or contractors engaged in the Project. 7.8. Protection and Indemnity Liability Limits of Liability 32,000,000/S2,000,000 Jones Act Included City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured 7.9. Crime Coverage Employee Dishonesty and Forgery Alteration City of IMarni, Florida Contract N. RFP 15-16-030 Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities. and employees listed as loss payee. The Design -Build Firm is responsible for all applicable deductibles in terms of all lines of co ierage, or policies herein contained. more specifically noted in Section (7) Insurance. 7.10. Other Coverage Such ether insurance coverage required by FDEP pursuant to Section 9.03 of the State Revolving Fund. Tha above policies shall provide the City of Miami with written notice of cancellation from the insurer not less than (30) days prior to any such cancellation. Co,n'pah appro ed to do business in the State of Florida, with the fol'ownq 37a1 all insurance policies required above: The company must be, rated rc less than "A-" as to management, and no less than 'Class X' as to F,-a ic,a' St.ength by t-e I?'.a` ea _on of Best's Insurance Guide, published by A.M, Best Ccnn3n . Old'wick, Jersei l's egulvalen . All policies and ror oe't:f Gates of insurance are and ,!enf oat ti 3,ageme t prior ti !n s' rwnce arDroba . City of Nliami, Florida Contract No. RFP 15-16-030 Wagner Creek Seybold Restoration Project Insurance Requirements Withat lin t.ng any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm shall provide. ; 31 fir. and maintain in force until all of its Work to be performed under this Contract has been con eted and accepted by City (or for such duration as is otherwise specified nerainafter, the insurance coverages set forth herein, 7,1. Commercial General Liability A. Limit] of Liability BoOHly Injury and Property Damage Liability Each OccL,=rerce Oereral Aggregate Limit 52.000.000 P,'cc!_iets.Compieteic+ Operations S2,000,000 P_rsc l d A� �,? an�. remising Inj.ary B. Endorsements Required 51,000,000 51,C00,000 at./ of Miami its ele tod of"dials instr-1r",'entsi ... ,, end employees listed as ar e "d'`'cnai insured Ccht„ngs.int and Cort-a.tua' Exposures cn. Co apse and Underground Haza`-J Pr �a�y and Mor Cc_nt.,but'or j Endorsement ria,Jua7,Comp;?te'w Operations covered for a minimum of trlr£'e years foilew?'.g project complet:on. Additional insureds included en this requirement. 7.2. Business Automobile. Liability A. Limits of Liability Bodily injury and Property Damage Liability Combined Single Limit Any Auto/Owned, Scheduled Including Hired, Borrowed or Non -Owned. Autos Any One Accident 51,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities and employees listed as an additional insured 7.3. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation City of Miami, Florida Contract No. RFP 15-15-030 USL&H, IF APPLICABLE Employer's Liability A. Limits of Liability Si .000.O00 for bodily injury caused by an accident. each accident, S1,000,000 for bodily injury caused by disease. each employee S1.000,000 for bodily injury caused by disease, policy limit 7.4, Umbrella/Excess Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence S15,000,000 Aggregate 315,000.000 City. of M.ami, its elected officials, instrumentalities and employees listed as an additional insured Excess Form over a'l applicable 11abi ity policies contained herein 7.5, Environmental impairmentICPL Liability S3 000,000 each claim~, arld aggre.gs-V Citj of its elected of-icials, instrr enta°hies and employees listed as an add .icnu. insured Five Year Reporting Period 7.6. Payment and Performance Bond 100% of Contract value Cty of M'a d.s elected o`f:Ciais, instrumentalities, and ernployiees listed as an Obligee 7.7. Professional Liability S3,000,000,53,000,000 per claim and in the aggrega'e. Ret,o Date Inc,,"uded per start of Project date. This limit shall be equally applicable and provided by any and all cons.:itants, subconsultants, or contractors engaged in the Project. 7.8, Protection and Indemnity Liability Limits of Liability S2,000,000rS2,000,000 Jones Act Included City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured 7.9. Crime Coverage Employee Dishonesty and Forgery Alteration City of Miami, Flo, da Contract No. RFP 15-16-030 Limits of Liability S1,000,000 City of Miami, its elected officials, instrumentalities. and employees listed as loss payee. The Design -Build Firm, is responsible for al applicable deductibles in terms of all hnas of coverage or policies herein contained, more specifically noted in Section (7) insurance. 7.1 0. Other Coverage Such other insurance co isra0e required by FDEP pursuant to Section 9.03 of the State Fie iolv,ng Fund The above policies shall provide the City of Miami with written notice of cancellation from the insurer not less than (30) days prior to any such cancellation. acrr3`ie'ci to- do business in the State of Florida, with the following yJ iif; axons. shaii I1ssti: a �` +nsurance policies required above The company Must he ra-eJ no less than 'A- as to rrmanager+.ent. and no less than 'Class X as t Finsns al Strenrg-�. cl the Hates' ed :ice, of BestJ Insurance puc lisbed by Best Company,Old"�4'`_ ��:��, Jersey or its eo i'/e'ent. Ail policies � rt `e of ra. �,� -e � � andor c�e :f��a. s it �.., _ �- a s_V;ect to 4e- �,1-3r'a_eme,nt prier to insurance appro. el. City of Miami. Florida Contra:t No REP 15-16-030 EXHIBIT E PERFORMANCE BOND AND PAYMENT BOND /J grarCr3?k 5?;itcld Cara! Reatorat.or Prcject Re7 3,17 17 Performance and Payment Bond The Design -Build Firm shall within fifteen (15) Days of being notified of award, furnish a Performance/Payment Band containing all the provisions of the attached Performance Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Design -Build Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or Sub Design - Build Firm, and Subconsultant employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. Each Bond shall continue in effect for one (1) year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract value. or an bona sha;i be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or materials which appear within one (1) year after Final Completion of the Project(s). The City must be !fisted as an Obligee. Pursuant to the requlrennents of Section 255.05i,1 )1 a). Florida Statutes as may be amended from time to time, Design -Build Firm shall ensure that the bonds referenced above shall be recorried in the public records and provide City with evidence of such re ord ng The Pay 7I7`, Per ormance Bond shall be in substantially the form provided by Se-ct,on 255 05. F 'orida Statutes and be subject to the approval of the Risk Nla.1agerment Director and the City Attorney as to legal form. Qualification of Surety Bid Bonds, Performance/ Payment Bonds over Five Hundred Thousand Dollars (S500,000,00): Each bond must be executed by a surety company of recognized standing. currently authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years, The Surety snail hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the Surety shalt not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223,10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to S2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Design -Build Firm with a surety company acceptable to the City. only if the Contract amount does not increase. The following sets forth in general, the acceptable parameters for bonds: Policy- Financial Amount of Bond holders Size Ratings Category 500,001 to 1,000.000 B+ Class I 1,000,001 to 2,000,000 B+ Crass .... II 2.000,001 to 5 000.000 A Class ,.,,III 5,000 001 to 10,000 000 A Class ... IV 13.000,001 to 25,000,000 A Class V 25.000.001 to 50,000,000 A Class ... VI 50.000,001 or more A Class ,. VII cr :;eicts FNurd'ed I bo.a:sand Dollars (35 0' I_ or less, City r-ay accept a Bond Pe ^, a :e Boris' and Payment Bond from a et }A,hich has twice the surplus and capita' re aired by the Florida Ins_,re' e Code at the tirre the if the Surety is oth rwise i , com L . ce with e p e n ri a� th rovisions of s ra and if the ninety ccmpa-..y holds a currently valid certf:cate Of 3 v Li -lied States Depa .^'.e the Treas.ary under Section 9304 _3,.,-� =r T it.Y 31 the U-ited States Code_ as r-ay be an -ended from time to t ma A Ce`_ - ca e a.` �.. A y s e _ 7.f ve-ti ying shoL,Id be s"ubm,tted III'th the Bid Bond a--d also with the Per`ormance. Pa ime Bond. ,red a is of any grantor agency a-e set forth within the REP, If there e-c no, more st-;nge . r y._, ements. the provisions of t--is s.e t.on sha'1 apply. City of Miami. Flo''ri Contra:t No. RFP 15-15-030 EXHIBIT F CORPORATE RESOLUTIONS AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA 9a Wagner Creek Se/bcid Canal Re-itoraticn Project Rev 3 17 17 City of Miami, Florida Contract No. RFP 15-16-030 CERTIFIED COPY OF CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) "WHEREAS, Sevenson Environmental Services, Inc., a New York corporation, desires to enter into an agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached: and WHEREAS. the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the Corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that Michael D. Crystal, a Vice President of the Corporation, be authorized and instructed to enter into the Agreement with the City, and said Vice President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute the corresponding performance bond, any other document and perform any acts in connection therewith as may be required to accomplish its purpose." IN WITNESS WHEREOF, the undersigned hereby certifies that the foregoing resolution was duly adopted by the Board of Directors of Sevenson Environmental Services, Inc. on this 221'd day of March, 2017. Sevenson Environmental Services, Inc., a New York corporation By: lJsz1 r Le- Print Name: William J. McDermott. Title: Secretary Wagner Creek Seybold Cana} Restoration Project Rev 3r17l17 [)ctail ntk' Nanic I'JLL 1 1)t' ti Detail by Entity Name SE / EN : =A ?iTAL SERVICES INC F Dacumer t N Amber =Ca ? FE /EIN Number 1 _-D:"3,4! Date Flied L_ _'_ry State NY Status ANTI`•/E 2 LCCr'='DRT 2,A N' - FILLS N 2Ts3 LDC'<C ^' '`, -1.3SRA N !-lY_✓ TALL. -- SSEE FL 323C' Nar'eC`'a-"e,d 13,1?. _'5 Ajc:.3s Charged ! ! 3. _C 1 Oret 7113'{ Name & Address Title Pres cerr, area;:r ELIA. Michael 2743 LOCKPORT ROAD NIAOARA FALLS NY 143C5 Title DVP ELIA. LAURENCE A 2749 LOCKPORT ROAD N!AGARA FALLS NY 14305 Ttle DS i111 ti�_lr ll.�tlllhl!.ill'_' 1nLlldil"v ( t1d'pora1i11d1�c;ll'0h Search Ro ultE)cuil'inquin.ENpc-E filth. ... 3 1 7 201 Dctaii Nana l).l„c or NlCDERF 10TT WILLIAlM J C749 LOCKPORT ROAD NFA:aARA FALLS NY 143C5 T.t:e T A�'1-- =AL; DEN 2--: LOCK PORT ROAD �,rrA FAD S NY -132-: Tter CEO Era Aram ? Jr 19 L7c cor` N.3�i3 N / 14:C5 Report Year 9'2'5 294 3 Filed Date 33,t 2J15 J - J IC2 35 2..'' http. ;� tr�h.,ur! il.�}r lntl+_lirti Corr11ra.tioliti,: rch ti�Glr� [�f:� ultlht,lil.'i1,�i�_1ir. t pc=[:tttit\ ... 17 ,i19 , City of Miami, Florida Contract No. RFP 15-16-030 EXHI817 G Resolution No 14-0372; Expedited List of Projects 98 Wit rer Cr-3ek Sebold Canal RestQratron Pro`ect Re\, 3,1717 w - City of Miami Text File File Number: 14-00920 0. H3il . 3"2C Par D a � FL 33133 ccr- Introduced: 9111 '2014 Version: 1 Current Status: Passed Matter Type: Resolut:cn FFS ELUTION OF THE MIAMI CITY COMMISSION. WITH ATTACHMENT(S) AMENDING T -;E ITV OF MIAMI'S LIST OF EXPEDITED PROJECTS. PURSUANT TO ORDINANCE NO. ' ADOPTED DECEMBER 11, 2008. BY REPLACING THE CURRENT ATTACHMENT "A." "ATTACHMENT A. - 910/14 REVISED." ATTACHED AND INCORPORATED. FOR THE OF INOLUD,ND UPCOMING CAPITAL IMPROVEMENT SOLICITATIONS AND PR DiECTS. ', /HEREAS Ordin - I'll of the Coe o ena,:ted a (''Secton"). and 3T25. adopted December 11. 2008. amending Chapter 18 ate, Florida a3 amended ("City Code"). the "Procurement 1 ' - entitled "Economic Stimulus Awards & Agreements" oton established measures to strnulate the local economy. by arya ; a process to e<bea' the a',va'd of profess -nal servoes agreements and contracts for v� �^ cr eot5 Ids. �'�-a inn a-1 ",:tachment "A of sad ordnance. and WHEREAS, sad Gr '' u ce authorized the City Manager t : ad'rert'_se for, receive rah ew. re;ec; 37'd eia;_!a'n resp. nses and award cont'acits for the listed projects' and pursuatr.') City Code Section 18-117(b) the City Commission may and or dole-' projects from .Attachment "A" by passage of resolutions: and WHERE -AS. as thesa projects req'_lire efficiency across planning procurement. and implementation of program, components. the Capital Improvements and Transportation Program CITP"'i ard the City P,la gager recommend amending Attachment "A." by replacing it with the a acb e.d "Attachment A - 9'10;14 REVISED.'" vr,hich includes upcoming CITP solicitations and construction projects. and ';"/'HEREAS. pursuant to City Code Section 13-117(e). amongst the requirements for such a prose",;. the Office of Management and Budget will perform a review of budget availability prior to the time of award of any contract: THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings found in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. An Amendment of the City of Miami's list of expedited projects. pursuant to Ordinance No. 13045 adopted December 11, 2008 by replacing the current Attachment "A." with attached "Attachment A- 9/10/14 REVISED" attached and incorporated. is authorized for the purpose of including upcoming capital improvement solicitations and projects. Section 3, This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {1} City of Miami Page 1 Printed on 19,2017 {"1 } If the Major does not s!gn this Resolution, it shall become effectve at the end of ten {10i calenda- days from the date it was passed and adopted. If the Major vetoes this Resolut en It shall become z"e::t;ve immediately upon o,ierride of the veto by the City Commission. Crty of Nharrrr Page 2 Prated on 112017 ECONOMIC STIMULUS Expedite Legislation Adac.!mert 'A' - 31' J114 :REPSECI Project $ Name CONSTRUCTION (includes design-buiid) ^cacvav 1cr•,em=m' .:er.; _Di E-J6'1 '3 ?rtcr o -Macey ,. C,^'rn. -it'f 3L,dl-g e-42 57 Farccn 'arc B. Ictrg 4Lc;-cn B-'_6' ,1a Il1cr)r.i 7 r9 i'/ ,rr:r Llas g P'a3 ,Regatta Park, 3-CCC 23 i Bic; l,er,e District 1 1 2 2 Actions 3Cded- ..pccr' rg 3c1ic5tat;cr 3Cded- .,cce^ rg sciicitat.or 13cdec- .,ccc,r 1,9 sciicltat CF'• acde2- ,pccr-,r, 3ciic5atcr acded- ;CCCr^ra sclintai,cn c-4 _.b r8 I,3t ir; 3 er. ircrover-er:s .r.si r 3u,1d1 ' g acdeC- Jcror-erg ,cl1c t -atior 3 r37 ..a.. c,r .1 , ,•,e 3..srress ,rFrmrnr�rt ]1ETc. 3.ie•.va!4 me 3Cded-,ocomrg B-3C, J'::L" 3a'. 3^c.=id i� .� Rv'a,:`.. arc �� "' y �r3i� �C� Ircr��•.er�r', 2 s3clrcirat;or i3Cde�- :QCCr`llrq scllCitatior 1R-3C9.46 'B-3.' ac'.rr lr':',A P'-:j,.= 2 2,:ac'.vavard Cr3'ra-p.mcr2+.emenrs ti- 2 acdec-',ccor+.;ng scliclal9or ,1,5 B-3673' CV +i-',`r+, 2i d ',,a',k 3,-d 3rr9eet irnr^vemerts 171a ier'. S - � 3cdec- ileccm,'ng sgliciialPon t,t,;ri i'i .rr-;r 3 -21t r1 3eawa;l 3, 3ay',val. 2 acdec- iccom:ng saliotaticrl :3-5171 0.1 3..,r:"a.,--:: 3;'.i„`,'r i31Ci' carP.Vay Irltr,.ver•-grit 1P '-5 r_. ,1 IaCcec- uccm ny sciicdaticr ' ;I; "' r7e,VPr 1,r.a o:arlw3y'1^cr3',er3 ts-Seq.-,erts �, B3 3, epo, d ;a7a r c3'y rc+e.rt -31:9$5C E -r ^rT9r-31 P.3r' r 3r,-r "ril'da i 2.-IG3 :1 O,,?rcwr1 ,irer av _ 3-=S•=3' ! ;lrian: � •rer ^, . _. r+,3',-'1'iia^� � r.^P :0 3 1.Iiam+ a,e PRD,=cSS,CNA_ S. R'irC=S SOUCITAT'ICN I �l. •� �riI5C I arec•_3 `-"; r•7r�^2e'"'ai 2er,ices = - 4 ac'Cac- .,pcam rq sci:c113tor 2 5 aC2ec- Jclmlrg sch;-ra*icr ' 5 3CCP_�'- JrCCmir'g acllclt3,.cr C i'1 .;c^emrq 3r_, cirar.or 5 3,G e,.- Jc om'ng 3c icitat;cr. 3cdec- JC C!'rr'^^3 ;;rrl;a:;or added- Jcccm rg scrci73:,cr City of Florida Contract No. RFP 15-16-030 ATTACHMENT A State Revol,;ing Fund (SRF) Agreement and Disbursement Request Package Refer to link below: 99 r'l3gner Creek Seyeel(1 Canal Restoration Project Rev 3,17 ' 7 City of kliami. Florida Contract No. RFP 15-16-030 ATTACHMENT B SRF Program Supplementary Conditions Refer to link below la° �ti! aiJcer Croak Se,foold ianal Restonti ar Project R-'`r 3, 17 17 City of Miami, Florida Contrast No. RFP 15-10-030 See link be'oi,,,: ATTACHMENT C Sate Ark nn a' Ag-cement and D+sbu-3timent Request Package 101 TIdgr er Cr�.ek 9,ayc: Car'.31 Rest.]r3rion R?, 3, 17 1' City of Miami. Florida Contract No RFP 15-16-030 ATTACHMENT D Florida Hand Navigation District (FIND) Grant Agreements and Agreement Disbursement Refer tp fink below 102 - W3 rerCreek 5eybaIC CanaRestoration aroiei:t � 3. 17 17 City of M ami Florida Cost a. t No RFP 1-13-033 End of Document 1`33 r`r3,r�r Cry k S aolc Carai Restcr3Lor Pr:je, t ?, 3.1717